Loading...
HomeMy WebLinkAboutDaley Corp & California Commercial Asphalt Corp; 1994-10-12; U/M 94-3I I I I I I I I. I I I I I u I I I* CITY OF CARLSBAD San Diego County California I CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR 1993-94 PAVEMENT OVERLAY PROGRAM CONTRACT NO. U/M 94-3 F \USERS\H HEIS\WPDATA\CNnHLH94096 CNT 2 Ie - July 20, 1994 ADDENDUM NO. 1 BID/PROJECT NO.U/M 94-3-1993-94 OVERWPY PROGRAM Please include the attached addendum in the Notice to Bidder/Request for Bids you for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Fonn/Bid your bid is submitted. 4 /"*J /;[L l.c. *--'-i &A/ i-/ L -4-4 RUTH FLETCHER Purchasing Officer W:mm Attachment I: P.CK!"!!EDC-E FXCEIPT OF: ADDENDUM NO, 1 DALEY e0RPORkflC1N-CktiFO%NIA COMMERCIAL /@HALT CORPGRATION, A JONT VENTURE. i CfLa- Bidder's Signature T FCR DAI-CY C.ORPORATION MANAGING v-p,-~~ -z L" ",$ id ib -, t?":? "r LL, d* 1200 Carlsbad Village Drive Carlsbad, CA 92008-1 989 (619) 434-2803 FAX (619) 4: .r ADDENDUM No. 1 July 20, 1994 PROJECT NUMBER: U/M 943 PROJECT NAME: 1993-94 PAVEMENT OVERlAY PROGRAM 1. Page 5: DELETE bid item #2. 2. Page 46 - ll #22: ADD the following sentence: Rker r/ng. mu? Hot be ~std to ra/kt water va/ves. Questions regarding these changes should be referred to Chuck Mitchell at 434-2980. I I I 1 1 1 I 1. 1 I I I I I I I 1. CITY OF CARLSBAD San Diego County California I CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR 1993-94 PAVEMENT OVERLAY PROGRAM CONTRACT NO. U/M 94-3 F \USERS\HHEIS\WPDATA\CNllHLH94096 CNT I. TABLE OF CONTENTS 1 I I 1 1 I B I. I B I I I I I 1 Item - P - NOTICE INVITING BIDS CONTRACTOR’S PROPOSAL ............................................ BIDDER’S BOND TO ACCOMPANY PROPOSAL ............................... DESIGNATION OFSUBCONTRACTORS BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY BIDDER’S STATEMENT OF TECHNICAL ABlLlN AND EXPERIENCE ............... BY BIDDER AND SUBMITTED WITH BID ................................... ................................................ 1. ................................... ....................... NON-COLLUSION AFFIDAVIT TO BE EXECUTED CONTRACT - PUBLIC WORKS. LABOR AND MATERIALS BOND ......................................... PERFORMANCE BOND REPRESENTATION AND CERTlFlCATlON .................................. ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION .......................................... ................................................ ....................................... 1 RELEASEFORM ..................................................... SPECIAL PROVISIONS SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ............................... I. II. SPECIFICATIONS FOR 1993-94 PAVEMENT OVERLAY PROGRAM ............ Ill. IV. V. VI. SPECIFICATIONS FOR ASPHALT RUBBER HOT MIX ...................... CARLSBAD MUNICIPAL WATER DISTRICT STANDARD DRAWING W13 CARLSBAD MUNICIPAL WATER DISTRICT STANDARD DRAWING S6 .......... SPECIFICATIONS FOR TRAFFIC STRIPES AND PAVEMENT MARKINGS ........ FOR 1993-94 PAVEMENT OVERLAY PROGRAM TRAFFIC STRIPING CHANGES FOR 1993-94 PAVEMENT ......................... Vll. OVERIAYPROGRAM ............................................ VIII. STREETLISTING ............................................... IX. SITE SPECIFICATION AND LOCATION MAPS .......................... F:\USERS\HHElS\WPDATA\CNT\HW94096.CNT 1. Y I I 1 I I I I I I 1 I I I I 1 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS 0 Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carls~ Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 27th da Julv , 1994, at which time they will be opened and read, for performing the work as folk CONTRACT NO. U/M 94-3 E 1993-94 PAVEMENT OVERLAY PROGRAM The work shall be performed in strict conformity with the specifications as approved by the Council of the City of Carlsbad on file with Municipal Projects Department. The specification: the work include the Standard SDecifications of Public Works Construction, (SSPWC), 1 Edition, and the latest supplement, hereinafter designated "SSPWC, as issued by the Soutt California Chapter of the American Public Works Association and as amended by the sp~ provisions sections of this contract. Reference is hereby made to the specifications for particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned business The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators contractors to utilize recycled and recyclable materials when available and where appropri No bid will be received unless it is made on a proposal form furnished by the Purcha Department. Each bid must be accompanied by security in a form and amount required by The bidder's security of the second and third next lowest responsive bidders may be with until the Contract has been fully executed. The security submitted by all other unsucce! bidders shall be returned to them, or deemed void, within ten (10) days after the Contra awarded. Pursuant to the provisions of law (Public Contract Code Section 22300), approp securities may be substituted for any obligation required by this notice or for any monies with by the City to ensure performance under this Contract. Section 22300 of the Public Con Code requires monies or securities to be deposited with the City or a state or federally charti bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: @a 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit All bids will be compared on the basis of the Street Maintenance Supervisor's estimate. estimated quantities are approximate and serve solely as a basis for the comparison of bids. Street Maintenance Supervisor's estimate is $560,000. The work is estimated to take r during the months of September and October, 1994. No work will be performed in the Vi area until after September 15, 1994. It is estimated to take twenty-five (25) workdays to complete all aspects of this project including sweeping. i F:\USERS\HHEIS\WPDATA\CNnHLnQ4096.CNT 21 1. I I I 1 1 I 1 I I 1 I I I The Contractor's attention is directed to Section 6-7, "Time of Completion", and Section "Liquidated Damages", of the 1991 Edition of the Standard Specification, defining responsit with regard to completion work within the time specified. In the event that the scope of v including all conditions and requirements of the contract are not completed with the numbe working days specified above, (25 working days),, liquidated damages of two hundred fifty dol ($250.00) for each and every calendar day required to finish the work in excess of the speci number of working days shall be paid to the City of Carlsbad. No bid shall be accepted from a contractor who is not licensed in accordance with the provisi of California state law. The contractor shall state their license number, expiration date . classification in the proposal, under penatty of perjury. The following classifications acceptable for this contract: A, C-12, or C32, in accordance with the provisions of state lav If the Contractor intends to utilize the escrow agreement included in the contract document: lieu of the usual 10% retention from each payment, these documents must be completed E submitted with the signed contract. The escrow agreement may not be substituted at a 1; date. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasi Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, Califorr for a non-refundable fee of $1 0.00 per set. If plans and specifications are to be mailed, the CI for postage should be added. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregular or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute t Contract shall be those as determined by the Director of Industrial Relations pursuant to t Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Lak Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Cle The Contractor to whom the Contract is awarded shall not pay less than the said specific prevailing rates of wages to all workers employed by him or her in the execution of the Contrac The Prime Contractor shall be responsible for insuring compliance with provisions of Sectic 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Subletting at Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 sh: apply to the Contract for work. A pre-bid meeting and tour of the project site will be held on Wednesday, July 13, 1994, at 1O:OO a.m. at the Community Services Department, Conference Room, 405 Oak Avenui Carlsbad, California. A tour of the project sites should be made prior to the pre-bid meeting, All bids are to be computed on the basis of the given estimated quantities of work, as indicate in this proposal, times the unit price as submitted by the bidder. In case of a discrepanc between words and figures, the words shall prevail. In case of an error in the extension of a UP price, the corrected extension shall be calculated and the bids will be computed as indicate above and compared on the basis of the corrected totals. I. 1. I 1 F:\USERS\HHEIS\WPDATA\CNnHLH94098.CNT 2/16/94 I* - 1 - AH prices must be in ink or typewritten. Changes or corrections may be crossed out and i or written in with ink and must be initialed in ink by a person authorized to sign fo Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day pri bidding. Submission of bids without acknowledgment of addenda may be cause of rejecti, bid. Bonds to secure faithful performance and warranty of the work and payment of laborers materials suppliers, in an amount equal to one hundred percent (1 00%) and fifty percent (5 respectively, of the Contract price will be required for work on this project. These bonds : be kept in full force and effect during the course of this project, and shall extend in full force effect and be retained by the City until they are released as stated in the Special Provis section of this contract. All bonds are to be placed with a surety insurance carrier admitted authorized to transact the business of insurance in California and whose assets exceed ’ liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to COR the following documents: 1) I 1 I. B I I I 1 so. I I. I 1 I I An original, or a certified copy I of the unrevoked appointment, power of attorney laws, or other instrument entitling or authorizing the person who executed the bond tc 2) A certified copy of the certificate of authority of the insurer issued by the insura commissioner. If the bid is accepted, the City may require a financial statement of the assets and liabilities of insurer at the end of the quarter calendar year prior to 30 days next preceding the date of execution of the bond. The financial statement shall be made by an officer’s certificate as defir in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statem may be veriiied by the oath of the principal officer or manager residing within the United Statc Insurance is to be placed with insurers that have (1) a rating in the most recent Best’s Key Rati Guide of at least A-:V, and (2) are authorized to transact the business of insurance in the St; of California by the Insurance Commissioner. Auto policies offered to meet the specification this contract must: (1) meet the conditions stated above for all insurance companies and I cover anv vehicle used in the performance of the contract, used onsite or offsite, whether own€ non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificz must state the coverage is for “any auto” and cannot be limited in any manner. Workers’ compensation insurance required under this contract must be offered by a compar meeting the above standards with the exception that the Best’s rating condition is waived, Tt City does accept policies issued by the State Compensation Fund meeting the requirement fl The Contractor shall be required to maintain insurance as specified in the Contract. Ar additional cost of said insurance shall be included in the bid price. The prime contractor and all subcontractors are required to have and maintain a valid City c Carlsbad Business License for the duration of the contract. 1 workers’ compensation insurance. 7 -0 J F:\USER%HHEIS\WPDATA\CNnHLn9409B.CNT 2/16/94 8 Approved by the City Council of the City of Carisbad, California, by Resolution No. 94-100 l adopted on the nineteenth day of April I 19%. I d/f/& I. 1 1 I I 1 I 1. I 1 1 D D I 1 F \USERS\HHEIS\WPDATA\CN~HLn94096 CNT b* - 1 I 1 II I 1 1 1 I I I I I 1 1 8. CITY OF CARLSBAD CONTRACT NO. 1. CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnis labor, materials, equipment, transportation, and services required to do all the work to comr Contract No. U/M 94-3 for the 1993-94 Pavement Overlay Program, in accordance with the P and Specifications of the City of Carlsbad, and the Special Provisions and that he/she will 1 in full payment therefor the following unit prices for each item complete, to wit: ltems #l - #2 0 shall be billed directly to the Street Departmer 405 Oak Avenue, Carlsbad, CA 92008, NOTE: Item Description with Approximate 1. No. Price in Words and Unit Price Total Item Unit Price or Lump Sum Quantity Unit 1. Asphalt concrete, Type 8,956 tons $ 2 8 8o $ 25$932' 1 -C-AR-4000, complete in place at Lwt, €;;xht dollars and T;bh*u cents per ton. 2. asphalt Night placement concrete, of Type 0 tons dd 1 -C-AR-4000, co plete in place at dollars and cents per ton. complete in place at Fgy 6zh+ dollars and S,d-y cents per ton. * 3. Asphalt rubber hot mix, 2,856 tons $ 5 g6" $167, 361 ' F:\USERS\HHEIS\WPOATA\CNnHLH94098.CNT 2l1 1 - I I l I l 1 I I. I I I I I I e I ! Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price in Words and Unit 4. Night placement of 762tons $ 66.- $ ,59272- Price Total asphalt rubber hot mix, complete in place at s;+ Si% dollars and NO cents per ton. complete in place at and ~IS&I c-4 I cents peVr linear foot. P sa 5. Header grinding, 56,129If $ 0. $ cc7!7c39bs Am dollars 5 90 6. Night header grinding, 9,570 If $ 0. $ 8,13q sO complete in place at and &&&, re&. cents per linear foot. No do I I ars IO Petro matting, complete 15,189 sy $ 0. - ?O $ 1 3,, 67 0 .-. 7. in place at h) o dollars and Uirje+g cents per linear foot. ' 8. Adjust storm drain 30 $ 120.' $ $600- accesshole covers to grade, complete in place at OcleC\urcPr,d T~4-r. dollars and h, o cents each. 9. Adjust monument 41 $ 20.' $ 82s- covers to grade, complete in place at Twed-V do I lars and cents each. 'h, 0 2/l%I94 ( F \USERS\HHEIS\WPDATA\CNnHU-I94096 CNT I I 1 1 I 8 B I 1. I I I 1 1 1 l Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price in Words and Unit Price Total 10. Layout and replace lump sum $ '~1!750'- s 21 11s'- traffic stripes and pavement markings, complete in place at and No cents. !* wedpe +A~wefihdd f;q&llars NOTE: ltems #I 1 - #2 3 shall be billed directly to Carlsbad Municipal Water District at 5950 El Camino Real, Carlsbad, CA 92008. 11. Adjust sewer access 58 $ [Us.- $ 6,$90' hole covers to grade using appropriate size cast iron extension rings, complete in place at 0°C Huud4 TiJe-doIlars and VO cents each. 12. Adjust water valve 149 s k8.- $24;5E5 boxes to grade in accordance with CMWD standard drawing number W13, complete in place at OJC Hdd S;d-ycuc dollars and U o cents each. e- - - F:\USERS\HHEIS\WPOATA\CN~HLHQ~OQ~.CNT , I I 8 I 1 1 8e 1 I I I I 1 I Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price in Words and Unit Price Total 13. Adjust sewer dead end 2 $150+' s 306- covers to grade using appropriate size cast iron gate cap per CMWD drawing No. S6, complete in lace at Opt c(drd Kgdollars and w Q cents I* I each. Total amount of bid in words: &k huuldi e/.&$ -a/c?h+ Abew7Gl H,&e hund+d s/& d 9/46 0 u7d <%QCN=%7'.r4/ 6 +!L?-#S. 70 I Total amount of bid in numbers: $ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No@). 1 has/have been received and is/are incl in this proposal. The Undersigned has checked carefully all of the above figures and understands that thc will not be responsible for any error or omission on the part of the Undersigned in preparin bid. The Undersigned agrees that in case of default in executing the required Contract with nece bonds and insurance policies within twenty (20) days from the date of award of Contract k City Council of the City of Carlsbad, the proceeds of the check or bond accompanying th shall become the property of the City of Carlsbad. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licens do business or act in the capacity of a contractor within the State of California, validly lice under license number d3730Z , classification A \ expireson , and that this statement is true and correct and hz legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant 1 Business and Professions Code shall be considered nonresponsive and shall be rejected t: City. § 7028.15(e). In all contracts where federal funds are involved, no bid submitted sh invalidated by the failure of the bidder to be licensed in accordance with California However, at the time the contract is awarded, the contractor shall be properly licensed. F Contract Code § 20104. 578: 960 - 2 c 2% - (jd q9-J &/ LCSr-/ /z5?2--d..d F:\USERS\HHEIS\WPDATA\CNnHLH94096.CNT 2 !IL - - The Undersigned bidder hereby represents as follows: t 1 1 I) 1 I 1 1 to 1 I 1 t 1 I -0 - 1. That no Council member, officer agent, or employee of the City of Carlsbad is persc interested, directly or indirectly, in this Contract, or the compensation to be hereunder; that no representation, oral or in writing, of the City Council, its off agents, or employees has inducted him/her to enter into this Contract, excepting those contained in this form of Contract and the papers made a part hereof by its tc and 2. That this bid is made without connection with any person, firm, or corporation mak bid for the same work, and is in all respects fair and without collusion or fraud. I. Accompanying this proposal is IC %-A (Cash, Certified Check, Bond or Cashier’s Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code which rec every employer to be insured against liability for workers’ compensation or to undertake insurance in accordance with the provisions of that code, and agrees to comply with provisions before commencing the performance of the work of this Contract and contin comply until the contract is complete. 1 - F.\USERS\HHELS\WPDATA\CNllHLH94098 CNT i - The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Artic relative to the general prevailing rate of wages for each craft or type of worker needed to exe the Contract and agrees to comply with its provisions. 1 1 I 1 I I I 1. I I 1 I 1 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted lii I (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature mL be made by a general partner) (3) Place of Business (Street and Number) City and State I Zip Code Telephone No. 7 I I - - 0 - 2/16/94 F:\USERS\HHEIS\WPDATA\CNT\HLH94096 CNT ~ F '. . w P i 1 *. ? IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted Acp- I 1 OALEY CORPORATION-CALIFORNIA C \ gENTURE. - (2) 522 ~&U I. I Signature -- am D. S#DG.FX, 'dCE PRESIDENT Title FOR DALEY ~FQRATON MANAGING Impress Corporate Seal t JOi;,: !!ENTIJf?F P! ;:-: ,~~~~~ I I I D I. i I I 1 I I i r; (3) (4) Place of Business p. 0. Box 609018 Incorporated under the laws of the State of Parw@4@tw m@@160-901$ City and State (5) Zip Code Telephone No. d /q - 3-3 ?- 3 7- I c NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST AITACHED List below names of president, vice president, secretary and assistant secretary, if a corporati if a partnership, list names of all general partners, and managing partners: .-. CALIF w8mt-F RA1,PH T. RiCHEY C.Q.O. JOHk n. uALrf JOHN H . DA:.tY mRE ROBERT A. MAC NMtHA st- T PXSIDE ~~~fi,q,4S D. SHADDOX VKX PRESIDENT ROBERTAO;I1ACNAMERA SECTY/T DONALD L. DAW J11. 2/16l IQ F \USERS\HHEIS\WPDATA\CNT\HW94096 CNT \ 'p * . * b c .* State of c&fmd/d County d~ ~hyd persondly appeared b ' 1 &%?& & fl On 27 %dU '%fore me, $5L4.44LLg fdA4 ~-5 Title ofm&, E.G., J- ~oe, NOW wiic /@ //&J ** Nameis) of signeris) fl personally how to me - OR - 0 proved to me on the ha ofsabfadcjr evidence to be the person(s1 namds) idare subscnwd .* to the mthh instmment and admowiedqed to me that hdshdthey erecuted the same in hisiherjthi insrmment the pem(s) acted, executed OrnONAL Though the data below is not requrred by law, it may pmve valuable to persons relyrng on the docnment prevent fraudulent reattachment of this form. CXPACXTY cLAlXED BY SIGNER DESCRIPTION OF ATTACEED DOcuJlENT u INDrvlDUxL B CORPORhTE -. 1 "LE OR TYPE OF DOCUMENT __ __ TITLES UPARTINEWS) a LIMITED 0 GE?JIDAL NUMBER OF PAGES 0 A"OR.NEY-TN-FACT c! TRUSrnS) u GUARDIAN/CONSERVATOR 0 OTHER DATE OFDOCtRLiENT SXGNEXIS REPRESE"lG: NAME OF ?EIISON(S) OR ENTITIESIY SIGXER(S1 OTHER TEAN NAMED AEOVE I .* a ..r Blt30ER'S BONO TO ACCOMPANY PROPOSAL KNOW ALL PERSONS 8Y THESE PRESENTS; DALEY CORPORATION-CALIFORNIA COMMERCIAL ASPHALT CORPOR TI E~~~~~~~ That We, a _JOINT -VENTUPE as Surety are held and firmly bund unto the City of Catlsbad, California, in an ernount follows: (must be at least ten percent (10%) ef the bid amount) for which payment, weil aqd truly made, we bind wfseLves, our heirs, executors a administrators, succassors or assigns, jointly and severalIy, firmly by these presents. THE CQNDlTiON OF WE FOREGOING OBWGATION 1s SUCH that it the proposal of the ab0 bounden Principal for the 1993-94 Pavement Overfay Program, Contrad No. U/M 94-3, In ?he C of Carfsbad, fs accepted by the Clty Council, and If the Principal shag duly enter into and mea a Contract including required bonds and insurance policies within twenty (20) days from the di of award of Contract by the City Council of the City of Carlsbad, being duly notified of B award, then this obligation shall become null and void; otherwise, it shall be and remain in force and effect, and the amount specified herein shall be forfeited tcr the said City. , as Principal, and $olden ~aae P TEN PERCENT OF THE AMOUNT BID------------------($lO%). I ..I. .... 0 *". .... .... .... .*.. .... .... *.,. .. . .. , , .... .... -.L .... I F ~SERS\nH%S.I.JP(3ATA\CNT\Wi*1C.I336,CNT a181 I ,*- f I* BIDDER’S BOND TO ACCOMPANY PROPOSAL 1 I I I I 1 I I I I 0 .... I .... I I .... I I .... I e KNOW ALL PERSONS BY THESE PRESENTS: That we, as Surety are held and firmly bound unto the City of Carlsbad, California, in an amoi follows: (must be at least ten percent (10%) of the bid amount) for which payment, well and truly made, we bind ourselves, our heirs, executor: administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the s bounden Principal for the 1993-94 Pavement Overlay Program, Contract No. U/M 94-3, in tt of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and e) a Contract including required bonds and insurance policies within twenty (20) days from th of award of Contract by the City Council of the City of Carlsbad, being duly notified c award, then this obligation shall become null and void; otherwise, it shall be and remain force and effect, and the amount specified herein shall be forfeited to the said City. , as Principal, and .... .... .... .... .... .... I.., .... .... .... I e... -0 F.\USERS\HHEIS\WPDATA\CNT\HLH94096.CNT .< t & * * In the went Principal executed this bond as an individual, it Is agreed that the death of Ptin shall not exonerate the Surety from its obligations under this bond. Bacuted by PRINCIPAL this 0 Executed by SURETY this 1st *' day of July , 192 day of ,+., PRINCIPAL: SURETY: DALEY CORPORATION - CALIFORNIA GOLDEN EAGLE INSURANCE COMPANY . (Name sf Principal) COMMERCIAL ASPHALT CORPORATION (Name sf Sureiy) 5385 El Cajon Blvd. San Diego, CA 92115-5335 A JOINT V NTURE BY: .& 2 (sign here) (Address of Surety) 'IHo1yAs 0. WDGX, V1CE PRESIDENT 619-287-6773 (print name her4 (Tetsphone Number of Surety) By: BOR DALEY e6RPaRATiOM MANAGING JO::t?' VENTURE P?,?-' 3 {titie and organization of signatory) Signature of Attorney-in-Fact By: K. R. Viodes w (sign hem) printed name af Attorney-in-Fact (attach corporate resolution showing ci power of attorney} 8 (print name here) (title and organization of signatory) ("roper notarid scknowkdgc of execution by PRlNCIP.4L md SUREn mutt be auaccbcd ; (President or wcc-prcsidcnt and sccraq or asisimt secrttuy must ngn For corporations. If only one oScer the corporation must attach a resolulion certified by the sccrer~~ or asd#mt xcrctuy under coqorzti mpowcring that ofictr to bind the corporation.) APPROVED AS TO FORM: RONALD R, BALL City Attorney By: .-. - Aut 3 21' 6 ~UUSERBuHUBVIP04TA~CNr,H1~~~ CNT + d c. State of California 7, County of Orange July 1, 1994 before me, Victoria M. Campbell, Notary PU DATE NAME. TITLE OF OFFICER - E.G., 'JANE DOE. NOTAl personally appeared K. R. Viodes ........................ NAME(S) OF SiGNER(S) person@ whose name@) idax subscribed instrument and acknowledged to me tha executed the same in irds/her/thek authorized and that by BRSlherMiSr signaturem on the i person@$, or the entity upon behalf of which acted, executed the instrument. WITNESS my hand and official seal. personally known to me -W- nm ARY PUBLIC . CALlFORNlA A1 O:T!CE IN 0 PTlONAL Though the data below is not required by law, it may prove valuable to persons relying on the document ai fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF AlTACHED 8 iNDiviDuAL UCORPORATE OFFICER PARTNER (si 0 LIMITED TITLE(S) TITLE OR TYPE OF DOCU IGENERAL tj3 ATTORN EY- I N -FACT NUMBER OF PAGES UTRUSTEE (s) UGUARDIANKONSERVATOR OOTHER: DATE OF DOCUMEN SIGNER(S) OTHER THAN NAMl ~NER IS REPRESENTING: ME OF PERSON(S) OR EMITY(IES) 3 *: J . c- .r GCLDEB EAGLE INSURANCE COWPANY EXECUTIVE OFFICES San Diego, Cdifornia WER OF ATTORNEY e KNMJ ALL MEN BY THESE PRESENTS, That the Golden Eagle Insurance Company, a Corporation duly organize1 existing under the laws of the State of California, having its principat office in the City of San D California does hereby nominate, constitute and appoint: ----- >LR. VIOOES<----- its true and lawful agent and attorney-in-fact, to make, execute, seal and deliver for and on its beha surety, bonds, consents of surety, and undertakings in suretyship for ONE MILLION FIVE HUNDRED THOUSAND DC ~$1,500,000.00). This power of attorney is granted and is signed and sealed by facsimile under and by the authority c following Resolution adopted by the Board of Directors of the Golden Eagle Insurance Company at a meetins called and hetd on April 10, 7984 which said Resolution has not been amended or rescinded and of uhic foltowing is a true, full and complete copy. I'RESOLVED: That the President or Secretary may from time to time appoint Attorneys-In-Fact to repr and act for and on behalf of the Company, and either the President or Secretary, the Board of Dir- or Executive Comnittee may at any time remove such Attorneys-In-Fact and revoke the Power of At given him or her; and be it further "RESOLVED: That the Attorneys-In-Fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any suc'r bonds or undertakings executed by any such Attorney-In-Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Secretary." IN UITNESS UHEREOF, the said Golden Eagle Insurance Company has caused these presents to be executed officer, with its corporate seal affixed. This 1st day of January, 19 GOLDEN EAGLE INSURANCE CCHP e By: I UILLIAM B. RIPPEE, PRESIDENT State of California ) County of San Diego ss. On this 1st day of January, 1993, before me, the undersigned, a Notfry Public in and for said County and personally appeared William 8. Rippee, personally known to me, (or proved to me on the basis of satis evidence) to be the person(s) whose names is/are subscribed to the within instrument and acknowledged to he/she/they executed the same in his /her /their authorized capacity(ies), arid that by his/he signature(s) on the instrument t of which the person(s) acted, e the instrmnt. Witness my hand and official sea nzf /$el: MCDONALD, NOTARY (Seal) I the undersigned, Larry G. Mabee, Secretary of the Golden Eagle Insurance Company, do hereby certify 1 original POUER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full fa effect, and has not been revoked. IN UITNESS UHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Cor I Heal Corpora t ion, t h is 1st day of July , 19 94 . By: LARRY G. MABEE, Secretary e c , \ 1 * *r I c I I I I I. I I I I E I I In the event Principal executed this bond as an individual, it is agreed that the death of Prir shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this Executed by SURETY this day of , 19-. day of 119- P RI NCI PAL: SURETY: 1. (Name of Principal) (Name of Surety) \ By: (sign here) (Address of Surety) (print name here) (Telephone Number of Surety) By: I (title and organization of signatory) Signature of Attorney-in-Fact By: (sign here) printed name of Attorney-in-Fact (attach corporate resolution showing ci power of attorney) (print name here) (title and organization of signatory) (Proper notanal acknowledge of execution by PRINCIPAL and SURETY must be attached ) (President or wce-president and secretary or assistant secretary must sign for corporations If only one officer the corporation must attach a resolution certified by the secretary or assistant secretary under corporal empowenng that offcer to bind the corporation ) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: KAREN J. HIRATA I Deputy City Attorney F \USERS\HHElS\WPDATA\CNnHLH94096 CNT 2 I. DESIGNATION OF SUBCONTRACTORS I 1 The Contractor certifies he/she has used the sub-bids of the following listed Contractc making up his/her bid and that the sub-contractors listed will be used for the work for whict bid, subject to the approval of the City Engineer, and in accordance with applicable provi of the specifications and Section 4100 et seq. of the Public Contracts Code - "Sublettin$ Subcontracting Fair Practices Act." No changes may be made in these subcontractors e upon the prior approval of the City Engineer of the City of Carlsbad. The following inform is required for each sub-contractor. Additional pages can be attached if required: I. I Items of Complete Address Phone No. c Work Full Companv Name with Zip Code with Area Co Header Grird;u Aw eriad c\d flaut lb64 I I'haemar QP. 1-419-747- f'g-i UAlL, CrJky.CQ 720x2 I 8 I I 1 RO I s-)r\R;o?h PCT QaUiNq GdtracioC~ I105 E. #',{I 5-f 1- 310- 21 GO LON 8 *&,CU vow I &!X*/-/ -k& Maulate A A;ud;ta~ 2 30 D Gkd oobd kc 1-21 3 -725 c I3 &@der sf+- coufr(lG4r3, T*c. /ylod+ercl PUrG;G I q17S-f I I I I 1 F \USERS\HHEIS\WPDATA\CNT\HLH94096 CNT 10 ' AMOUNT OF SUBCONTRACTORS' BIDS I 1 The bidder is to provide the following information on the subbids of all the listed subcontra as part of the sealed bid submission. Additional pages can be attached, if required. Type of State Carlsbad Business License & No. Full Companv Name Contracting License No.* Amount of Bid I$ or %I 1. m 522784 A $.2S% PCL PLtur Co-fruJcrs 6q2317C - I E 1E 1 1 Re 1 P c 1 1 I I 8. T * Licenses are renewable annually. If no valid license, indicate "NONE." Valid license mi be obtained prior to submission of signed Contracts. F.\USERS\HHEIS\WPDATA\CNnHu-194096 CNT II 1 I 1 1 0 I 1 It 1. E 1 I I Io I t 1 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY o Bidder submits herewith a statement of financial responsibility. F \USERS\HHElSlWPDATA\CNT\HLH94096 CNT I. 7 ? rr d -- __ I u- Y_. I- -- General Engineering Corporatic Contractor License No A-4 7220 Trade Street, Suite 2 San Diego, Cahfornia 92121 -23 Post Offfce Box 609C San Dlego, Californm 92 160-9G 6 19 / 537-37 FAX 6 79 / 537-37 Daley Corporation IDDER*S STATEMENT QB 'PECHRHCAL ABILITY &HD EXPERIENCE The Daley Corporation does hereby state the fallowmrg work of a similar charact to that included in the proposed Contract that Daley Corporation has successful performed which will enable the City to iudqe Daley*s responsrbilitv, experien and skill s DATE CONTMCT NAME OF cmmm @Q%rI"pfiw( CUAPLETED EMPLOYER PHONE TYPE OF WORK AMOUR1 12/89 City of S.D. Jerry Werner Street $1 r494,[ 03/90 City of Carlsbad Greg Woods Street $ 473, 11/90 City sf Beeanside John Berrle Street $1. I000 I ________-___________-------------------------------------------------------- 594-31655 Resur: facing 438-7753 Resurfacing 966-4720 Reconstruction Oaf91 City of Imperial Tim James Overlay b Rd. $ 355, Beach 582-4992 fmProo ements city 336-4386 Resurfasins 05/93 City ~f National Dim Serafini Street $ 376, OS/ 93 Cal -Trans Ed Bankston Coronado $2, PO0 688-6619 Bridqe Resurface 01/94 City of Carisbad Chuck MitcheS. Street $ 623 438-0218 Over 1 av 03/94 city of Coronado Steve Kirkpatrick 92-93 Street $ 320 522-7383 Repair Program DAEEY CORPORATIOH AND CALIFORRIA CQXMERCIAL ASPHALT CORPORWTj A JOINT VENTURE __ 5-27 - 5 &2L& TIIO~Y~~S _I______ D. --- SAaddsxPViee-Presldene - __ --- l-_l Dated for Daley corporation Managing Joint Venture Partner z .. &-# '0 * .> L 4 I 4 8 I 1 I E 1. 1 i I 1 1 I 1 I BIDDER'S STATEMENT OF TECHNICAL ABlLlPJ AND EXPERIENCE The Bidder is required to state what work of a similar character to that included in the prop Contract he/she has successfully performed and give references, with telephone numbers, 1 will enable the City to judge his/her responsibility, experience and skill. An attachment CE used. Id* 1 Name and Address F \USERS\HHEIS\WPDATA\CNT\HLH94096 CNT I* Y < 1. c NON-COLLUSION AFFIDAVIT TO BE BECUTED e 1. BY BIDDER AND SUBMITIED WITH BID State of California 1 ) ss. 1 County of ) I :;!3LUSRS#APQQX , being first duly sworn, deposes (Name of Bidder) and says that he or she is yyy &H%!CKE 1 (Title) I (Name of Firm) of mfY COR?C?XTIOI"J the party making the foregoing bid; that the bid is not made in the interest of, or on behalf oi undisclosed person, partnership, company, association, organization, or corporation; that tt- is genuine and not collusive or sham; that the bidder has not directly or indirectly inducc solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colli conspired, connived, or agreed with any bidder or anyone shall refrain from bidding thz bidder has not in any manner, directly or indirectly, sought by agreement communicatio conference with anyone to fix the bid price, or of that of any other bidder, or to fix any overt profit, or cost element of advantage against the public body awarding the contract of an interested in the proposed contract; that all statements contained in the bid are true; and fu that the bidder has not, directly or indirectly submitted his or her bid price or any break thereof, or the contents thereof, or divulged information or data relative thereto, or paid, ar not pay, any fee to any corporation, partnership, company association, organizatior depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of erjury that the foreEing is true and correct and t at this affidav d I 1 0 e executed on the 23 day of )(JLL) , 19 &. E I I 3 1 T K &&a& day Of+ '? kAA4L. / 4. ,/JhJ Signature Of Bidder K)R QALm WRpORATIoN! JP" T \'FNTUPE P.bJ(! NER I Subscribed and sworn to before me on the 27 (NOTARY SEAL) Signature of Notary / F \USERS\HHEIS\WPDATA\CNnHLH94096 CNT P 1 .* - .I 4 State of LA &&%d@, g$gg&d& $ *' A/& N- Titie of &cer, E(G, Jane ~oe, NOGUY public L2iLM&A dAdd* / per sa nal I y appeared g personally know to me - OR - 0 proved to me on the hams afsa.hsiaaoj. evidence to be the perSon(8) v name(s) idare subscribed to the mvlttrin instrument and &owledged to me hat hefshdthey executed the same in hidherithe autbonzed capatitfiesly, and that by hidhedthelr ngnature(s) on the inwnment the person(s) actld, exec~bxi the instrument Namels) of wgneds) 0YITONAl-i Though the data below is notrequired by law, it may pmve valuable to persons relying on the document a prevent fiauduilent reattachment of tixis form- . CAPACITY CLAlrMED BY SIGAVEB - DESCRIPTION OF ATTAcaED DOCUIIIErn D mmuru; YE coRP0R;ITE - __ . TITLES mzE OR TYPE OF DOCUMXNT [lPAR"ER(Sl fl LIMITED 0 GENERAL NUMBER OF PAGES D AIIcrORW-IN-FACT 13 TRUSrnS) u G'JARDWN/CONSERYATOR 0 OTHER DATX OFDOCUMENT SXGNER IS REPRESESTNG: NAME OF PERSON( S) OR ENTITESIY SIGNERS) OTHER THAN NAMED ABOVE b 1 I s I 1 E I 8 I 1 I e I I I u CONTRACT - PUBLIC WORKS This a reement is made this /& 3x day of QW called "City"), and whose principal place of business is &Rcd ASPHAI, COR 19 9 2 , by and between the City of Carlsbad, California, a munici a1 cor oration Jhereii I* DALEY CORPORATION -CALIFORNIA co 7220 TRADE STREET, SUITE 200, SAN D CA 92121-2326 (P.O. BOX 609018, SD, CA 92160-901~ereinaftercalled'Contra( City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Co, documents for the 1993-94 Pavement Overlay Program, Contract No. U/M (hereinafter called "project") Provisions of Labor and Materials. Contractor shall provide all labor, materials, equipment, and personnel to perform the work specified by the Contract Docun Contract Documents. The Contract Documents consist of this Contract, Notice In Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Bic Statements of Financial Responsibility and Technical Ability, Non-collusion Affi Escrow Agreement, Release Form, the Plans and Specifications, the SI Provisions, and all proper amendments and changes made thereto in accordanci this Contract or the Plans and Specifications, and all bonds for the project; all of 1 are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and inst work as indicated, specified, and implied by the Contract Documents. Any ite work not indicated or specified, but which are essential to the completion of the shall be provided at the Contractor's expense to fulfill the intent of said docun In all instances through the life of the Contract, the City will be the interpreter 1 intent of the Contract Documents, and the City's decision relative to said intent L final and binding. Failure of the Contractor to apprise subcontractors and mal suppliers of this condition of the Contract will not relieve responsibility of compli Pavment. For all compensation for Contractor's performance of work unde Contract, City shall make payment to the Contractor per Section 9-3 of the Sta Specifications for Public Works Construction (SSPWC) 1991 Edition, and the supplement, hereinafter designated "SSPWC", as issued by the Southern Cali Chapter of the American Public Works Association, and as amended by the Si Provisions section of this contract. The closure date for each monthly invoice 1 the 30th of each month. Invoices from the Contractor shall be submitted accc to the required City format to the City's assigned project manager no later than ti day of each month. Payments will be delayed if invoices are received after the each month. The final retention amount shall not be released until the expirat thirty-five (35) days following the recording of the Notice of Completion pursu California Civil Code Section 31 84. 2. 3. I. I 4. F:\USERS\HHEIS\WPDATA\CNT\HW94096 CNT I.1 I d Public Contract Code section 201 04.50 requires a summary of its contents to bc forth in the terms of the contract. Below is such a summary. However, contrl should refer to Public Contract Code section 201 04.50 for a complete statement o law. The city shall make progress payments within 30 days after receipt of an undisp and properly submitted payment request from a contractor on a construction coni if payment is not made within 30 days after receipt of an undisputed and pro submitted payment request, then the city shall pay interest to the contractor equiv to the legal rate set forth in subdivision (a) of section 685.010 of the Code of Procedure. Upon receipt of a payment request, the city shall, as soon as practicable after rec determine whether the payment request is a proper payment request. If the determines that the payment request is not proper, then the request shall be reti to the contractor as soon as practicable but not later than seven (7) days after rec The returned request shall be accompanied by a document setting forth in writin reasons why the payment request was not proper. If the city fails to return the denied request within the seven (7) day time limit, the number of days available to the city to make payment without incurring interest be reduced by the number of days by which the city exceeds the seven (7) day r requirement. "Progress payment" includes all payments due contractors except that portion ( final payment designated by the contract as "retention earnings". 8. n I E II s 8 I. I t I I l I i 1 5. Independent Investigation. Contractor has made an independent investigation ( jobsite, the soil conditions at the jobsite, and all other conditions that might affec progress of the work, and is aware of those conditions. The Contract price inc' payment for all work that may be done by Contractor, whether anticipated or n order to overcome underground conditions. Any information that may have furnished to Contractor by City about underground conditions or other job cond is for Contractor's convenience only, and City does not warrant that the conditior as thus indicated. Contractor is satisfied with all job conditions, including undergi conditions and has not relied on information furnished by City. 6. Contractor Responsible for Unforeseen Conditions. Contractor shall be respoi for all loss or damage arising out of the nature of the work or from the action elements or from any unforeseen difficulties which may arise or be encountered prosecution of the work until its acceptance by the City. Contractor shall al' responsible for expenses incurred in the suspension or discontinuance of the However, Contractor shall not be responsible for reasonable delays in the comF of the work caused by acts of God, stormy weather, extra work, or matters whic specifications expressly stipulate will be borne by City. F:\USERS\HHEIS\WPDATA\CNT\HLH94096.CNT I. I 1 1 1 I I I. I 1 I 8 I I 1 7. Hazardous Waste or Other Unusual Conditions. If the contract involves dis trenches or other excavations that extend deeper than four feet below the su Contractor shall promptly, and before the following conditions are disturbed, I City, in writing, of any: A. 1. Material that Contractor believes may be material that is hazardous wast defined in Section 251 17 of the Health and Safety Code, that is required removed to a Class I, Class II, or Class Ill disposal site in accordance 1 provisions of existing law. B. C. Subsurface or latent physical conditions at the site differing from those indic Unknown physical conditions at the site of any unusual nature, difi materially from those ordinarily encountered and generally recognize inherent in work of the character provided for in the contract. It City shall promptly investigate the conditions, and if it finds that the conditior materially so differ, or do involve hazardous waste, and cause a decrease or inci in contractor’s costs of, or the time required for, performance of any part of the shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the cond materially differ, or involve hazardous waste, or cause a decrease or increase i contractor’s cost of, or time required for, performance of any part of the contractor shall not be excused from any scheduled completion date provided 1 the contract, but shall proceed with all work to be performed under the cor Contractor shall retain any and all rights provided either by contract or by law \ pertain to the resolution of disputes and protests between the contracting parti Chanqe Orders. City may, without affecting the validity of the Contract, order cha modifications and extra work by issuance of wriien change orders. Contractor make no change in the work without the issuance of a wriien change order Contractor shall not be entitled to compensation for any extra work performed u the City has issued a wriien change order designating in advance the amoi additional compensation to be paid for the work. If a change order deletes any the Contract price shall be reduced by afair and reasonable amount. If the partie unable to agree on the amount of reduction, the work shall nevertheless proceec the amount shall be determined by litigation. The only person authorized to changes or extra work is the Project Manager. The wriien change order mu executed by the City Manager or the City Council pursuant to Carlsbad Mur Code Section 3.28.172. I 8. 9. Immiqration Reform and Control Act. Contractor certifies he is aware c requirements of the Immigration Reform and Control Act of 1986 (8 USC Sec 11 01-1 525) and has complied and will comply with these requirements, includin! not limited to, verifying the eligibility for employment of all agents, emplo subcontractors, and consultants that are included in this Contract. F.\USERS\HHElS\WPDATA\CNllHLH94096 CNT : I. I f I 1 I 1: I I I. 1 8 1 I P I 8 I 10. Prevailing Wage. Pursuant to the California Labor Code, the director o Department of Industrial Relations has determined the general prevailing rate c diem wages in accordance with California Labor Code, Section 1773 and a copi schedule of said general prevailing wage rates is on file in the office of the Car City Clerk, and is incorporated by reference herein. Pursuant to California Labor ( Section 1775, Contractor shall pay prevailing wages. Contractor shall post cop all applicable prevailing wages on the job site. Indemnification. Contractor shall assume the defense of, pay all expenses of def and indemnify and hold harmless the City, and its officers and employees, frc claims, loss, damage, injury and liability of every kind, nature and description, di or indirectly arising from or in connection with the performance of the Contrac work; or from any failure or alleged failure of Contractor to comply with any appli law, rules or regulations including those relating to safety and health; except fo or damage which was caused solely by the active negligence of the City; and fror and all claims, loss, damages, injury and liability, howsoever the same may be ca resulting directly or indirectly from the nature of the work covered by the Cor unless the loss or damage was caused solely by the active negligence of the The expenses of defense include all costs and expenses including attorneys fe litigation, arbitration, or other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the co insurance against claims for injuries to persons or damage to property which ma) from or in connection with the performance of the work hereunder by the Contr his agents, representatives, employees or subcontractors. Said insurance shall the City’s policy for insurance as stated in Resolution No. 91-403. (A) 1. 11. 12. COVERAGES AND LIMITS - Contractor shall maintain the types of cove and minimum limits indicted herein: 1. Comprehensive General Liabilitv Insurance: $1,000,000 combined single limit per occurrence for bodily injur property damage. If the policy has an aggregate limit, a sey aggregate in the amounts specified shall be established for the ris which the City or its agents, officers or employees are additional insured. 2. Automobile Liabilitv Insurance: $1,000,000 combined single limit per accident for bodily injur property damage. In addition, the auto policy must cover any v used in the performance of the contract, used onsite or offsite, wt owned, non-owned or hired, and whether scheduled or non-schec The auto insurance certificate must state the coverage is for “any and cannot be limited in any manner. Workers’ Compensation and Emplovers’ Liabilitv Insurance: Workers’ compensation limits as required by the Labor Code 1 3. F \USERS\HHElS\WPDATA\CNT\HLHQ4096 CNT I. I a f I I I 1 I 8 8 I I I 8 State of California and Employers' Liability limits of $1 ,OOO,OO( incident. Workers' compensation offered by the State Compens Insurance Fund is acceptable to the City. (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policic insurance required under this agreement contain, or are endorsed to contai following provisions. General Liability and Automobile Liability Coverage! 1. The City, its officials, employees and volunteers are to be cover additional insured as respects: liability arising out of act performed by or on behalf of the Contractor; products and comr operations of the contractor; premises owned, leased, hin borrowed by the contractor. The coverage shall contain no SI limitations on the scope of protection afforded to the City, its off employees or volunteers. The Contractor's insurance coverage shall be primary insuran respects the City, its officials, employees and volunteers. Any insu or self-insurance maintained by the City, its officials, employe volunteers shall be in excess of the contractor's insurance and shl contribute with it. Any failure to comply with reporting provisions of the policies shi affect coverage provided to the City, its officials, employe1 I. 2. 3. I. volunteers. 4. Coverage shall state that the contractor's insurance shall separately to each insured against whom claim is made or : brought, except with respect to the limits of the insurer's liability "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims I basis, coverage shall be maintained for a period of three years following thc of completion of the work. NOTICE OF CANCELLATION - Each insurance policy required by this agrec shall be endorsed to state that coverage shall not be nonrenewed, suspe voided, canceled, or reduced in coverage or limits except after thirty (30) prior written notice has been given to the City by certified mail, return ri requested. (C) (D) (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS * deductibles or self-insured retention levels must be declared to and app by the City. At the option of the City, either: the insurer shall redL eliminate such deductibles or self-insured retention levels as respects th< its officials and employees; or the contractor shall procure a bond guaran' payment of losses and related investigation, claim administration and dc 8 expenses. F:\USERS\HHEIS\WPDATA\CNnHLH94096 CNT 1. I 1 t 8. II 8 I I I I 1 I I I 8 I 1 I (F) WAIVER OF SUBROGATION - All policies of insurance required undei agreement shall contain a waiver of all rights of subrogation the insurer have or may acquire against the City or any of its officials or employees. SUBCONTRACTORS - Contractor shall include all subcontractors as in! under its policies or shall furnish separate certificates and endorsements for subcontractor. Coverages for subcontractors shall be subject to all c requirements stated herein. ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurer: have a rating in Best’s Key Rating Guide of at least A-:V, and are authoriz transact the business of insurance by the Insurance Commissioner undc standards specified in by the City Council in Resolution No. 91-403 . VERIFICATION OF COVERAGE - Contractor shall furnish the City with certifi of insurance and original endorsements affecting coverage required b clause. The certificates and endorsements for each insurance policy are signed by a person authorized by that insurer to bind coverage on its b The certificates and endorsements are to be in forms approved by the Cit are to be received and approved by the City before work commences. COST OF INSURANCE - The Cost of all insurance required under this agrec shall be included in the Contractor’s bid. (G) (H) (I) (J) 13. Claims and Lawsuits. Contractor shall comply with the Government Tort Claim (Section 900 et seq of the California Government Code) for any claim or caL action for money or damages prior to filing any lawsuit for breach of this agree Maintenance of Records. Contractor shall maintain and make available at no c the City, upon request, records in accordance with Sections 1776 and 181 2 of F Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintal records at Contractor’s principal place of business as specified above, Contract0 so inform the City by certified letter accompanying the return of this Cor Contractor shall notify the City by certified mail of any change of address of records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Sc 1720 of the Labor Code are incorporated herein by reference. Security. Securities in the form of cash, cashier’s check, or certified check m substituted for any monies withheld by the City to secure performance of this co for any obligation established by this contract. Any other security that is mi agreed to by the Contractor and the City may be substituted for monies withh ensure performance under this Contract. Provisions Required bv Law Deemed Inserted. Each and every provision of la\ clause required by law to be inserted in this Contract shall be deemed to be in: herein and included herein, and if, through mistake or otherwise, any such pro is not inserted, or is not correctly inserted, then upon application of either part Contract shall forthwith be physically amended to make such insertion or corre I. 14. 15. 16. 17. F.\USERS\HHEIS\WPDATA\CNnHLHMO96 CNT I. 18. Additional Provisions. Any additional provisions of this agreement are set forth i "General Provisions" or "Special Provisions" attached hereto and made a part hc NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUS1 AlTACHED (CORPORATE SEAL) Signature of Signatory t 1 I I r. Print Name of Signatory APPROVED TO AS TO FORM: I Signature of Signatory RONALD R. BALL City Attorney By: Title i I I ATTEST: I. %,City Attorney 1 City Clerk )k* 1 I I 8 I I I Contractor Print Name of Signatory F:\USERS\HHEIS\WPDATA\CNTIHLHQ~OQ~.CNT 10 18. Additional Provisions,. Any additional provisions of this agreement are set fortf "General Provislons" or "Special Provislons" attached hereto and mde a part I a NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BYALLSIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) LALEY C0RPOR-N AND CALIFORNIA 4 Contractor BY: fWW 0. StlAODIzX, WE PRESIDENT Print Nerne of Individual 81 Title 843- Title ' Date DALEY CORPORATION (Name of Corporation or Business) egr&?=-z3-7/ ~yto~fi 0. SIuDoOX, \IC PREhKN Baaara FaBiora 0 By: Asssbsa smretw Print Name of Individual & Title El"dALcc./&R&fl P b?9J 95J Tllle Date CALIFORNIA COMMERCIALASPHALTCORPORATlON (Name of Corporation or Business Ponald L. Daley, GEIFIG AU THE JOINT URERS IN DAtEY GF'HALY CORPQRATtON J.V. A JOINT VENTURE. (NAME OF JOINT VENTURE} C0)RPOAATW A NO CALIFORNIA COMME~ P:\USERS\HHEIS1WPDATA\CNnMU.(B409B.CM 0 ZO'd ClO'ON 2O:;T t76.ZZ 317H ~mt7wa1 State of California county San Diego On 8/23/94 before me, Donna English, Notary Public DATE Name, Titie of officer, E.G, Jane Doe, NOW public e Thomas D. Shaddox, Barbara Fallon, Donald 1,. Daley, Jr. personally appeared 1 personally know to me - OR - 0 proved to me on the baais afsatisfart&y evidence to be the person(s) Name(s) of sign&) name(S1 dare subecni>ed . to the within instrument and acknowledged to me that hefshdthey executed the same in hi&er/the authorized ca+t(ies)y, and that by Merftheir signature(s) on the inamMent the pem(s) acted, executed the instrument. 4 *-, 2?&* OPTIONAL Though the data below is not required by law, it may prove valuabIe to persons relying on the document ru prevent fraudulent reattachment of this form. CAPACrrY CLAIMEI) BY SIGNER . DESCaJPTION OF ATTACEED DOCUMENT c! INDrvIDuAI, 0 CORPORATE 0 TITLES TITLE OR TYPE OF DOCUMENT @P,4RTNER(S) 0 LIMITED 0 GENERAL NUMBER OF PAGES 0 ATTORNEX-IN-FACT c! TRUSTEE(S) 0 GUARDIANIC ONSERVATOR a OTHER DATEOFDOCUMENT SIGNERIS REPRESENTING: NAME OF PERSON(S1 OR ENTIT(IES)Y SXGXEWS) OmER 'I" NAMED ABOVE 8 ___-_I 0 West Ash Street COMPANIES AFFORDING COVERAGI COMPANY UNITED STATES FIRE INS. CO LETTER A Crum & Forster COMPANY UNITED STATES FIRE INS. CO LETTER B Crurn & Forster San Diego, CA 92112-4215 Daley Corporation-California COMPANY Commercial Asphalt Corp., a Joint WKtuFe COMPANY 92160-9018 LETTER D LIMITS POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DD/YY) DATE (MM/DD/YY) TYPE OF INSURANCE POLICY NUMBER GENERAL AGGREGATE $ ENERAL LIABILITY PRODUCTS-COMP/OP AGG $ PERSONAL & ADV. INJURY $ OWNER’S & CONTRACTOR’S PROT. EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ MED EXPENSE (Any one person) $ $ COMBINED SINGLE LIMIT --_- vr/.9=4---57.*-*A7 gT _---- __ .=-_--- -__=- ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE 9 9 x NON-OWNED AUTOS GARAGE LIABILITY XCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKER’S COMPENSATION -- STATUTORY LI EACH ACCIDENT DISEASE-POLICY LIMIT I DISEASE-EACH EMPLOYEE : EMPLOYERS’ LIABILITY ________F--____ ---~ -----==--.== --__-&--I-- -- I-- CANCELS & REPLACES CERTIFICATE DATED 10/05/94 ___I_____-______1_--___?=_=___ ---_ - .______I THOLDER IS ADDITIONAL INSURED (POLICY A & B)RE: EMENT OVERLAY PROGRAM. CONTRACT #U/M 94-3. JOB #12321 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEL EXPIRAYY DATE THEREOF, THE ISSUING COMPANY WILL ITY OF CARLSBAD 1200 CARLSBAD VILLAGE DR CARLSBAD, CA 92008-1989 - c * - c 0 TlBpI~~~OLBTEt~~. ?LtuaIUAaIT~Y* ADDITIONAL INSURZD - 0- LESSESS ORCOreTlBA~~ (HIRM B) mdommtmodiear~~\Illdadm~ II . . , ~~CovpRAagPoRM CQhdMHRQumLIABIUWCovBRAagPART \. 8cREIBm ANYPBRSCW- ~~~wBoMyouIuvB~~Y A~PJ~TO~~~~NALPJSURBDSTATu9~~ POLICY. CXT? OF CAnLSw ~Iii~ecgunra(kctl#~L.IruuldWiaold,UMfaubbthspnoll~ of@miamrhmbrhr~bu*.rilhnpcllxtOhbl&y~aptd~* iPwtbrt-byaepa 0 M--MldCMdlba)dl+klqlrrJl- Pw~#orb~rW~~~W-bU~WW~~ - 5/01/94 tm-~md#q~ sw-oo+iiwi mTED!3zaTxsm-~ d . -Is DALKTCQRP. --no -7- =mo .. a at 12:Ol A.M. standard time Named Insured Dm coBp-cdLIm- Cou nteni gned by ANDERSON & ANDERSON INSURANCE BROKERS, I NC , 95 CAMPUS DRIVE VINE, CA 92715 COMPANIES AFFORDING COVERAGE 714-476-4300 COMMERCIAL ASPHALT CORPORATION A JOINT VENTURE 7220 TRADE STREET SAN DIEGO, CA 92121 S & CONTRACTOR'S PROT. ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY UMBRELLA FORM W947109968 EMPLOYERS' LIABILITY RE: Pavement Overlay Program, Contract #U/M94-3 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLI EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL 4 MAIL 30 DAYS WRITTENNOTICETO THECERTIFICATEHOLDER - UTY OF CARLSBAD LEFT,L 200 CARLSBAD VILLAGE DRIVE I R I II follows: 8 8 1 1. 1 I I i 8 1 I 8 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad w address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City' I. whose address is hereinafter called "Contractor" and whose address is I hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agre 1. Pursuant to Section 22300 of the Public Contract Code of the State of Californiz contractor has the option to deposit securities with the Escrow Agent as a subs for retention earnings required to be withheld by the City pursuant to the Constru Contract entered into between the City and Contractor for the 1993-94 Pave1 Overlay Program, Contract No. U/M 94-3, in the amount of dated (hereinafter referred to as the "Contract"). Akernativel! wriien request of the contractor, the owner shall make payments of the rete earnings directly to the escrow agent. When the Contractor deposits the securitit a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 of the deposit. The market value of the securities at the time of the substitution be a least equal to the cash amount then required to be withheld as retention u the terms of the contract between the City and Contractor. Securities shall be hc the name of the , and shall designatc Contractor as the beneficial owner. The City shall make progress payments to the Contractor for such funds v otherwise would be withheld from progress payments pursuant to the Cor provisions, provided that the Escrow Agent holds securities in the form and am specified above. When the City makes payment of retentions earned directly to the escrow ageni escrow agent shall hold them for the benefit of the contractor until such time a' escrow created under this contract is terminated. The contractor may direc investment of the payments into securities. All terms and conditions of this agree1 and the rights and responsibilities of the parties shall be equally applicable binding when the City pays the escrow agent directly. The contractor shall be responsible for paying all fees for the expenses incurred b Escrow Agent in administering the Escrow Account and all expenses of the o City. These expenses and payment terms shall be determined by the City, Contri and Escrow Agent. The interest earned on the securities or the money market accounts held in es and all interest earned on that interest shall be for the sole account of Contractoi 2. 3. 4. 5. F.\USERS\HHEIS\WPDATA\CNT\HW94096 CNT 21 I. shall be subject to withdrawal by Contractor at any time and from time to time wfi notice to the City. Contractor shall have the right to withdraw all or any part of the principal in the Es Account only by written notice to Escrow Agent accompanied by written authoriz from City to the Escrow Agent that City consents to the withdrawal of the an sought to be withdrawn by Contractor. The City shall have a right to draw upon the securities in the event of defautt b Contractor. Upon seven days’ wriien notice to the Escrow Agent from the City ( default, the Escrow Agent shall immediately convert the securities to cash and distribute the cash as instructed by the City. Upon receipt of wriien notification from the City certifying that the Contract is fina complete and that the Contractor has complied with all requirements and procec applicable to the Contract, the Escrow Agent shall release to Contractor all sea and interest on deposit less escrow fees and charges of the Escrow Account. escrow shall be closed immediately upon disbursement of all moneys and sea on deposit and payments of fees and charges. The Escrow Agent shall rely on the written notifications from the City an( contractor pursuant to Sections (4) to (6), inclusive, of this agreement and the Cit Contractor shall hold Escrow Agent harmless from Escrow Agent’s release, conve and disbursement of the securities and interest as set forth above. 1 I I B I I 1 .... 1. 1 .... 8 I .... I 1 I 1 I 6. lii 7. I a. 9. .... .... .... .... .... 1. F:\USERS\HHEIS\WPDATA\CNnHLHQ4098.CNT L 10. The names of the persons who are authorized to give written notices or to re( written notice on behalf of the City and on behalf of Contractor in connection wit1 foregoing, and exemplars of their respective signatures are as follows: For City: Title 1 I Name lii I Signature Address For Contractor: Title 1 1 I i I. I 1 I I I I B D I Name S ig nature Address For Escrow Agent: Title Name Signature Address F:\USERS\HHEIS\WPDATA\CNnHLH94098.CNT 2 I. At the time the Escrow Account is opened, the City and Contractor shall deliver to the Es Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper office the date first set forth above. I t For City: Title f I Name Signature Address I 1 1 I I. I I I I I I 1 1 For Contractor: Title Name Signature Address For Escrow Agent: Title I Name Signature Address I. F.\USERS\HHEIS\WPDATA\CNnHLH94096 CNT RELEASE FORM THIS FORM SHALL BE SUBMITTED AND APPROVED PRIOR TO APPROVAL OF MON' PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRl PTI ON: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges upon payment in the full amount spe all compensation of whatever nature due the Contractor for all labor and materials furnishec for all work performed on the above-referenced project for the period specified above wii exception of contract retention amounts and disputed work or claims specifically shown b RETENTION AMOUNT FOR THIS PERIOD: $ I I I I I I I I. I 1 I I I 1 I r. I DISPUTED WORWCLAIMS DESCRIPTION OF DISPUTED WORWCLAIM AMOUNT CLAIMED /OR ESTIMATE) The Contractor further expressly waives and releases any claim the Contractor may ha whatever type or nature, for the period specified which is not shown as disputed worklcla this form. This release and waiver has been made voluntarily by Contractor without any i duress or undue influence by any person or entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, and due Subcontractors for the specified period will be paid according to Public Contract Section 201 04.50 and Business and Professions Code Section 71 08.5 and that the parties si below on behalf of Contractor have express authority to execute this release. DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, ( By: I Title: By: Title: F:\USERS\HHEIS\WPDATA\CNS\HLH94096 CNT I. SPECIAL PROVISIONS 1. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 1 I 1-1 TERMS I. I To Section 1-1, add: A. Reference to Drawings: Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of similar impo used, it shall be understood that reference is made to the plans accompanying these provi: I I I I I unless stated otherwise. B. Direct ions: Where words "directed," "designated," "selected," or words of similar import are used, it sh understood that the direction, designation or selection of the Engineer is intended, unless s otherwise. The word "required" and words of similar import shall be understood to mea required to properly complete the work as required and as approved by the City Engii unless stated otherwise. C. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar impo used, it shall be understood such words are followed by the expression "in the opinion ( Engineer," unless otherwise stated. Where the words "approved," "approval," "acceptanc words of similar import are used, it shall be understood that the approval, acceptance, or s import of the Engineer is intended. D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expense, perform all operations, labor, tools and equipment, and further, including the furnishing installing of materials that are indicated, specified or required to mean that the Contract her/his expense, shall furnish and install the work, complete in place and ready to use, incll furnishing of necessary labor, materials, tools, equipment, and transportation. u @ I I I I I 1-2 DEFINITIONS I Modify Section 1-2 as follows: Agency -the City of Carlsbad, California Engineer - the Project Manager for the City of Carlsbad or his approved representative Community Services Director -the Community Services Director or his approved represer I F:\USERS\HHEIS\WPDATA\CNlIHLHQ4096.CNT I. I 2-4 CONTRACT BONDS I i I 1 I Delete the third sentence of the first paragraph having to do with a surety being listed in the I revision of U.S. Department of Treasury Circular 570. Modify Paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labo materials bond) for this contract. The faithful performance/warranty bond shall be in the an of 100 percent of the contract price and the payment bond shall be in the amount of 50 pe of the contract price. Both bonds shall extend in full force and effect and be retained by th during the course of this project until they are released according to the provisions o sect ion. The faithful performance/warranty bond will be reduced to 25 percent of the original amou days after recordation of the Notice of Completion and will remain in full force and effect fc one year warranty period and until all warranty repairs are completed to the satisfaction ( 1. I city engineer. I The payment bond shall be released six months plus 35 days after recordation of the Not Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to tra the business of insurance in California and whose assets exceed their liabilities in an an equal to or in excess of the amount of the bond. The bonds are to contain the folk documents: I I 1 I I I I 1. An original, or a certified copy, of the unrevoked appointment, power of attorn€ laws, or other instrument entitling or authorizing the person who executed the to do so. A certified copy of the certificate of authority of the insurer issued by the insu commissioner. 1) I 2) If the bid is accepted, the City may require a financial statement of the assets and liabilities insurer at the end of the quarter calendar year prior to 30 days next preceding the date ( execution of the bond. The financial statement shall be made by an officer's certificate as dc in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial state may be verified by the oath of the principal officer or manager residing within the United S I 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications forthe work include the Standard Specifications for Public Works Constru (SSPWC), 1991 Edition, and the latest supplement, hereinafter designated "SSPWC", as i: by the Southern California Chapter of the American Public Works Association, and as am€ by the Special Provisions section of this contract. F:\USERS\HHEIS\WPDATA\CNnHLH94096.CNT : I' The Construction Plans consist of location listing and maps delineating the work areas whic further detailed herein. The standard drawings utilized for this project are the latest edition ( San Dieclo Area Reclional Standard Drawinqs, hereinafter designated SDRS, as issued by the Diego County Department of Public Works, together with the City of Carlsbad Suppler Standard Drawings. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with the product manufacturer's direc the Contractor shall obtain and distribute the necessary copies of such instruction, includinc (2) copies to the City. To Section 2-5, add: I I I I I 8 I I I B 3 I I 1 I. I 2-5.4 Record Drawinqs: The Contractor shall provide and keep up-to-date a complete "as-built" record set of transpc sepias, which shall be corrected daily and show every change from the original drawings specifications and the exact "as-built" locations, sizes and kinds of equipment, undergrc piping, valves, and all other work not visible at surface grade. Prints for this purpose ma! obtained from the City at cost. This set of drawings shall be kept on the job and shall be u only as a record set and shall be delivered to the Engineer upon completion of the work. 4-1 MATERIALS AND WORKMANSHIP To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representative. ' Engineer shall have free access to any or all parts of work at any time. Contractor shall furr Engineer with such information as may be necessary to keep her/him fully informed regarc progress and manner of work and character of materials. Inspection of work shall not reli Contractor from any obligation to fulfill this Contract. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testing mater and/or workmanship where the results of such tests meet or exceed the requirements indica in the Standard Specifications and the Special Provisions. The cost of all other tests shall borne by the Contractors. At the option of the Engineer, the source of supply of each of he materials shall be approved him before the delivery is started. All materials proposed for use may be inspected or testec any time during their preparation and use. If, after trial, it is found that sources of supply wh have been approved do not furnish a uniform product, or if the product from any source pro\, unacceptable at any time, the Contractor shall furnish approved material from other approv sources. After improper storage, handling or any other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans and 1 SSPWC. Compaction tests may be made by the City and all costs for tests that meet or exce the requirements of the specifications shall be borne by the City. lo n F:\USERS\HHEIS\WPDATA\CNnHLH94096.CNT 211 6/< 1. t E I I 1 D Said tests may be made at any place along the work as deemed necessary by the Engii The costs of any retests made necessary by noncompliance with the specifications sha borne by the Contractor. Add the following section: 4-1.7 Nonconforminq Work The contractor shall remove and replace any work not conforming to the plans or specifical upon written order by the Engineer. Any cost caused by reason of this nonconforming work be borne by the Contractor. I. 5-1 LOCATION II Add the following: The City of Carlsbad and affected utility companies have, by a search of known recc endeavored to locate and indicate on the Plans, all utilities which exist within the limits ol work. However, the accuracy of completeness of the utilities indicated on the Plans is guaranteed. 5-4 RELOCATION 1 Add: 10 The temporary or permanent relocation or alteration of utilities, including service connect desired by the Contractor for his/her own convenience shall be the Contractor’s t responsibility, and he/she shall make all arrangements regarding such work at no cost to City. If delays occur due to utilities relocations which were not shown on the Plans, it wil solely the City’s option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties to reloc utilities which interfere with the construction, the Contractor, upon request to the City, may permitted to temporarily omit the portion of work affected by the utility. The portion thus omii shall be constructed by the Contractor immediately following the relocation of the utility invol unless otherwise directed by the City. 1 1 I s I I I 6-1 CONSTRUCTION SCHEDULE I Modify this section as follows: A construction schedule is to be submitted by the Contractor per the following: The prime contractor is required to prepare in advance and submit at the time of the project preconstruction meeting a detailed critical path method (CPM) project schedule. This schedule is subject to the review and approval of the City. 1. F:\USERS\HHEIS\WPDATA\CNT\HLH94095.CNT 2/15/ I. I I I 1 2. The schedule shall show a complete sequence of construction activities, identifying work for the complete project in addition to work requiring separate stages, as well as any other logically grouped activities. The schedule shall indicate the early and late start, early and late finish, 50% and 90% completion, and any other major construction milestones, materials and equipment manufacture and delivery, logic ties, float dates, and duration. The prime contractor shall revise and resubmit for approval the schedule as required by City when progress is not in compliance with the original schedule. The prime contractor shall submit revised project schedules with each and every application for monthly progress payment identifying changes since the previous version of the schedule. The schedule shall indicate estimated percentage of completion for each item of work at each and every submission. The failure of the prime contractor to submit, maintain, or revise the aforementioned schedule (s) shall enable City, at its sole election, to withhold up to 10% of the monthly progress payment otherwise due and payable to the contractor until the schedule has been submitted by the prime contractor and approved by City as to completeness and conformance with the aforementioned provisions. I. 3. I I 4. 5. 1 1 1 I I 1 I 1 Io No changes shall be made to the construction schedule without the prior wriien approval of Engineer. Any progress payments made after the scheduled completion date shall not consti a waiver of this paragraph or any damages. Coordination with the respective utility company for removal or relocation of conflicting uti1 shall be requirements prior to commencement of work by the Contractor. 6-5 TERMINATION OF CONTRACT Grounds for termination of the contract by the City include failure of the City or Contractc obtain necessary permits from other governmental agencies, or unreasonable delay caused enforcement of laws and regulations by other public agencies, including but not limited enforcement of the Endangered Species Act and other similar laws. 1 6-6.3 PAYMENT FOR DELAYS TO CONTRACTOR The City shall not be liable for delay caused by the enforcement of laws and regulations by 01 public agencies, including but not limited to, enforcement of the Endangered Species Act i 8 other similar laws. F:\USERS\HHElS\WPDATA\CNT\HLH94096.CNT 2/18. I. 6-7 TIME OF COMPLETION I I 1 1 I t 1 1 8 1 1 I I I The Contractor shall begin work within five (5) calendar days after receipt of the "Notic Proceed" and shall diligently prosecute the work to completion within twenty-five (25) consec workdays after the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of work -All work shall normally be performed between the hours of 7:OO a.m. and SUI from Mondays through Fridays. The contractor shall obtain the approval of the Engineer if he desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with the written permission o Engineer. This written permission must be obtained at least 48 hours prior to such work. Contractor shall pay the inspection costs of such work. I. 1 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion" and faulty work or materials discovered during the guarantee period shall be repaired or replace the Contractor, at his expense. Twenty-five percent of the faithful performance bond sha retained as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES I o Modify this section as follows: If the completion date is not met, the contractor will be assessed the sum of $250.00 per da! each day beyond the completion date as liquidated damages for the delay. Any progi payments made after the specified completion date shall not constitute a waiver of this paragr or of any damages. 7-3 LlABlLIN INSURANCE 1 Add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at IC A-:V and are authorized to conduct business in the state of California and are listed in the off publication of the Department of Insurance of the State of California. 7-4 WORKERS' COMPENSATION INSURANCE Add the following: All insurance is to be placed with insurers that are authorized to conduct business in the s of California and are listed in the official publication of the Department of Insurance of the St of California. Policies issued by the State Compensation Fund meet the requirement for workc compensation insurance. F \USERS\HHEIS\WPDATA\CNT\HLH94096.CNT 2/1 e I. I I 7-5 PERMITS Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading building permits necessary to perform work for this contract on City property, in streets, high (except State highway right-of-way), railways or other rights-of-way. Bo I Add the following: Contractor shall not begin work until all permits incidental to the work are obtained. 78 PROJECT AND SITE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working da 1 B I the City's request. Add the following to Section 7-8: 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with mufflers in E repair when in use on the project with special attention to City Noise Control Ordinance No. 3 Carlsbad Municipal Code, Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following to Section 7-10.4, Public Safety: 7-1 0.4.4 Safetv and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on the work shall comply with all applicable provisions of Federal, State and Municipal safety laws building codes to prevent accidents or injury to persons on, about, or adjacent to the prerr where the work is being performed. He/she shall erect and properly maintain at all time required by the conditions and progress of the work, all necessary safeguards for the protec of workers and public, and shall use danger signs warning against hazards created by I features of construction as protruding nails, hoists, well holes, and falling materials. I 8 1 I 1 1 I I c Io 1 F \USERS\HHEIS\WPDATA\CNlIHM94096 CNT 2/11 I. 7-13 LAWS TO BE OBSERVED I I Add the following: Municipal ordinances which affect this work include Chapter 11.06. Excavation and Gradi If this notice specifies locations or possible materials, such as borrow pits or gravel beds, fc in the proposed construction project which would be subject to Section 1601 or Section of the Fish and Game Code, such conditions or modifications established pursuant to St 1601 of the Fish and Game Code shall become conditions of the contract. 8 FACILITIES FOR AGENCY PERSONNEL Delete this section. r' I I I 1 1 I E 1 II 1 s li I 1 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do with reductions in amoi retention. 10 SURVEYING Contractor shall employ a licensed land surveyor or registered civil engineer to pe necessary surveying for this project. Requirements of the Contractor pertaining to this itet set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying service \ appropriate items of proposal. No separate payment will be made. Survey stakes shall be set and stationed by the Contractor's surveyor for curbs at 50' inte (25' intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sewers, E drains, and structures (4 corners min.). Rough grade as required to satisfy cut of fill to fini grade (or flowline) as indicated on a grade sheet. Contractor shall transfer grade hubs for construction and inspection purposes to crown line grade of streets as required by Engineer. Contractor shall protect in place or replace all obliterated survey monuments as per Section of the Business and Professional Code. Contractor shall provide Engineer with 2 copies of survey cut sheets prior to commei construction of surveyed item. 11 WATER FOR CONSTRUCTION The Contractor shall obtain a construction meter for water utilized during the construction u this contract. The Contractor shall contact the appropriate water agency for requirements. contractor shall include the cost of water and meter rental within appropriate items o proposal. No separate payment will be made. B @ I. F:\USERS\HHEIS\WPDATA\CNnHLHQ4090.CNT 2i I I 1 I 1 I 1 I 1 I s 1 I 1 1 II. SPECIFICATIONS FOR 1993-94 PAVEMENT OVERLAY PROGRAM 1. Traffic control measures including street closures, detours and barricades will be as req in section 7-5, Permits, of the Special Provisions, and in accordance with the approved ' control plan. Traffic control plans are required for all areas of work and shall conform 1 latest edition and revisions of the State of California, Department of Transportation 1 Manual, Manual of Traffic Controls for Construction and Maintenance Work Zones. submission of traffic control plans is necessary to allow proper time for review, correc resubmissions and final approval prior to the preconstruction conference. A "Noti Proceed" will not be issued until traffic control plans are approved and signed. 2. The Contractor shall not close m street within the City of Carlsbad without first obtt the approval of the Community Services Director or his approved representative. 3. Election days will be considered holidays for the purpose of this contract and no WOI be performed on the Tuesday following the first Monday in the months of June I November. f 4. The Contractor shall provide and install barricades, delineator warning devices, construction signs in accordance with the latest edition and revision of the State of Calif Department of Transportation Traffic Manual, Manual of Traffic Controls for Constructio Maintenance Work Zones. During adverse weather or unusual traffic or working condi additional traffic control devices shall be placed as directed by the Community Sei Director. All traffic signs and devices shall conform to the current State of Calif Department of Transportation, Manual of Warning Signs, Liqhts, and Devices for L Performance of Work upon Highwavs, unless otherwise approved by the Community Sei I. Director. 5. The Contractor shall provide and maintain 48-inch high reflectorized cones at 20 fe center with ribbon along walkways of high pedestrian use, as designated by the Inspi 6. During paving operations, barricades may be supplemented with minimum size 18 inct traffic cones and delineators; such that spacing between barricades and/or con delineators is no greater than 25 feet. At all access points such as intersection streets, and driveways, barricades and/or cones shall be provided at five-foot intervals so prevent vehicular access to the paving area. Where access from an intersection str prohibited, a "Road Closed" sign shall be provided wherever required by the Comn Services Director or his representative. 7. Should the Contractor fail to furnish a sufficient number of traffic and/or pedestrian I devices, the Community Services Director or his representative will place such nece items and the Contractor shall be liable to the City for providing such devices in accorc with the following provisions: a. For placing barricades - $5.00 per barricade for the first day or any part thereof and per barricade per day for each day thereafter or any part thereof. b. For flashers - $2.50 per flasher for the first day or any part thereof and $1 .OO per fl per day for each day thereafter or any part thereof. F:\USERS\HHEIS\WPDATA\CNnHWg409B.CNT E" I I 1 1 1 I I 8 I I 8 I I I c. For traffic cones - $1 .OO per cone for each day or any part thereof. d. In the event that the services of the City are required between the hours of 5:OO pn 6:30 am, during the normal week or any time on Saturday, Sunday, or a City ho there shall be an additional charge of $50.00 for each service trip required. f 8. Judgement as to adequate or sufficient barricading shall be that which is adequ2 sufficient in the opinion of the Community Services Director or his representative. 9. The Contractor shall relocate, preserve and maintain the visibility of all existing signs ' the project limits which affect the flow of traffic as directed by the Community Sei Director or his representative. Any signs which are damaged or removed by the Conti during the course of construction shall be replaced by the Contractor at the Contra expense as directed by the Community Services Director. 10. The Contractor shall insure that sole access routes to the business and residences alor streets to be resurfaced shall be maintained unless otherwise approved by the Comn Services Director or his representative and adequate notification given to the aff I property owner. 11. All costs related to the installations, maintenance and removal of traffic provision: safeguards shall be considered as included in the prices paid for the various contract of work and no additional payment will be made therefore. l@ 12. The Contractor shall coordinate his schedule so as not to interfere with local trash colle 13. The Contractor shall maintain a minimum of one lane of traffic in each direction at all during construction hours of 7:OO am to dusk. On Saturdays, Sundays and designated holidays, and when construction operations are not actively in progress on working day Contractor shall maintain all travel lanes of the roadway. requirements shall be approved by the Community Services Director. Any deviations of I 14. Asphalt concrete shall be Type C2-AR 4000, Type C3-AR 4000 or Type Ill CSAR 4001 shall conform to the requirements of sections 203 and 302 of the SSPWC. For sec where feathering is required, the Contractor may, at the direction of the Community Sei Director, or his representative use Type 1 -E-AR-4000. All Asphalt-Rubber Hot mix shall be in accordance with the "SPECIFICATIONS ASPHALT RUBBER HOT MIX", Section IV of the special provisions. The Contractoi name the asphalt-rubber binder supplier as a subcontractor on the "DESIGNATIO SUBCONTRACTORS", page 13, when bidding the project. No bids will be accl without the asphalt-rubber binder supplier named. F:\USERS\HHEIS\WPDATA\CNT\HW94096.CNT I' I I 15. All asphalt concrete material shall be deposited and spread on the prepared surfac means of an approved self-propelled mechanical spreading device. Use of a motor g for spreading shall not be permitted. 16. All surfaces to be resurfaced shall be swept and cleaned by the Contractor no more F 1 12 hours prior to the paving operation. 17. The Contractor shall be responsible for the removal of existing raised pavement mark the work areas. Full compensation shall be considered as included in the contract price for the asphalt and no separate payment will be made therefor. 1 i I I I I. 1 1 8 t 8 1 1 18. Tack coat shall be SSI type asphaltic emulsion and shall be applied at the rate 01 gallons per square yard. 19. Asphalt concrete materials shall be overlaid to a minimum depth as specified except \i it is to be feathered at the roadway edges. 20. The Contractor shall pave over the tops of all sewer and storm drain access holes and I box covers. Covers shall be treated to prevent adhesion of the asphalt concrete. Contractor shall notify Underground Service Alert far enough in advance of the work to marking the location of utilities. 21. Some utility structures and covers will be adjusted to grade by the respective utility. Contractor shall be responsible for marking the location of all utility covers. 22. Contractor shall adjust designated water valves to finish grade per Carlsbad Municipal ’ District Standard Drawing No. W13. 23. Contractor shall adjust designated sewer dead-ends to finish grade per Carlsbad Mur Water District Standard Drawing No. S6. 24. Alhambra Iron Works, or equal, properly sized cast iron access hole extension rings m used. All access holes shall be thoroughly cleaned of any construction debris whict have entered due to Contractor’s operations. 1 25. The unit price paid for asphaltic concrete shall be considered as full compensation labor, equipment and materials and all things necessary to complete the work as spe in these specifications, and no additional payment will be made therefor. 26. Payment for contract services will be made only when all labor and material releases supplier and employees are received by the Community Services Director. 27. All cold joints left overnight or for long periods of time or at the direction of the Comn Services Director or his representative will be cut at a 45 degree angle and tacked fi ensure a proper bond and to minimize seam separation. F:\USERS\HHEIS\WPDATA\CNnHLH94096.CNT I’ I I 1 I i E 1 I I. 1 8 1 8 8 8 8 1 28. A cold planing header cut operation shall be used. The temperature at which the wc performed, the nature and condition of equipment, and the manner of performing the shall be such that the pavement is not torn, gouges, shoved, broken or otherwise dam; by the planing operation. f 29. The cold planing operation shall consist of preparing a foundation for the placeme surfacing course by the removal of excess bituminous material to the satisfaction o Community Services Director or his representative. Contractor shall provide all nece! labor, materials, and equipment to immediately load the bituminous material into dump tr for hauling to the Contractor's disposal site. No loose material shall remain on the sil 30. The Contractor shall construct a minimum 5' wide cold plane header cut as desigr locations where the proposed overlay joins to existing AC and along the curb line e: where indicated otherwise. The depth of the cut shall be as shown on plans to allow fc full design depth of the AC, overlay and reinforcing fabric to be constructed for the cor overlay section. 31. The bituminous surface shall be removed to the depth, width, and cross section as dir by the Community Services Director or his representative. The loosened material become the property of the Contractor and shall be removed to a disposal site b Contractor. 32. Payment for cold planing shall be by lineal feet completed, regardless of depth, as mea: on the site. Payment shall be full compensation for furnishing all labor, materials, equip1 and tools necessary to perform the planing operations and the hauling of grindings disposal site. 33. The planing machine shall be specially designed and built for cold planing of bitum pavement with the ability to plane concrete if necessary. The cutting drum shall minimum of 60" width with carbide tip cutting teeth placed in variable lacing patte produce the desired finish; the machine shall be capable of being operated at speeds 0 to 150 FPM; it shall be self-propelled and have the capability of spraying water i cutting drum to minimize dust. The machine shall be capable of removing the materia to the gutter of the pavement being reconditioned and so designed that the open thereof can at ail times observe the planing operation without leaving the controls. machine shall be adjustable as to slope and depth, and capable of removing, in one a layer of bituminous material five feet in width and two inches in depth. The equipmen also have an effective means for removing excess material from the surface ai preventing any dust resulting from the operation from escaping into the air. 34. When operating the planing machine at or near a signalized intersection, care shall be so as not to damage any detection loops. "Jumping" the detection loop home runs st allowed as to protect the integrity of the loops. The cost of replacement of any damaged by the planing operation shall be deducted from the amount of the contra( F:\USERS\HHElS\WPDATA\CNllHLH94096.CNT I' R I 1 1 I I 1 I. I 1 8 I 1 1 35. The Contractor shall provide and install Petro Mat in areas designated for its use b Community Services Director or his representative. Dusting over the Petro Mat (AC) mi required to prevent bleed-through, at the discretion of the Community Services Direci his representative. 36. Tack coat for Petro Mat shall be AR-4000 and shall be applied at a rate of 0.25 gallon f square yard. 37. Compensation for all labor, equipment, and materials and all things necessary to con the installation of Petro Mat shall be considered included in the bid price and no addi payment will be made. 38. The Contractor will provide and install "Tow Away - No Parking" construction signs, # 30-S, for use in posting streets in advance of work. Signs shall be posted at intervals ( more than 100 feet on both sides of the block affected by the work. 39. Tow away of any vehicles in violation of the "No Parking" signs will be handled by the F Department. The City assumes no liability in connection with movement of vehicles k Contractor. 40. Notwithstanding any other or concurrent notification by the City of operations, the Conti 8 will assure notification of residences and businesses of street construction. 41. Notices shall be left on or at the front door of each dwelling or commercial unit abuttir street to be surfaced. This shall be done two days prior to placement of "No Parking" ! The Contractor shall be required to insert dates and estimated times of the constn period. 42. Payment for the placement of the "No Parking" signs and notices shall be consil included in the bid price paid for asphalt concrete and no additional payment will be I the ref o r. 43. Night paving and night header grinding operations, if any, shall take place between the of 6:OO pm and 6:OO am or at other time specified by the Community Services Director representative. 44. Additional lighting for night paving and night header grinding operations shall be SUI by the Contractor and included in the bid price for night paving and night header gri respectively. Judgement as to adequacy or sufficiency of lighting will be the opinion Community Services Director or his representative. I F:\USERS\HHElS\WPDATA\CNT\HLH94096 CNT I. I I 45. The Contractor shall adjust designated sewer, storm drain manhole covers, water valve: monument, sewer dead ends to finish grade. All manholes shall be thoroughly clean1 any and all construction debris which may have entered due to the Contractor's operat The contract unit price paid for these items shall include full compensation for furnishii labor, tools, equipment and incidentals necessary to complete these items in place, ar additional compensation will be allowed therefor. io 1 All sewer manholes, dead ends, water valves and vault rings adjusted shall be per CI specifications and should be billed directly to Carlsbad Municipal Water District, 59 Camino Real, Carlsbad, CA 92008. Any questions in regard to adjusting these fac shall be answered by the water district. 1 I 1 t 1 I. I I I 1 1 I 1 I I 46. The Contractor will be held responsible for the protection of all interlocking pavers withi construction areas. If pavers become soiled and/or damaged, the Contractor will be req to make necessary repairs. 0 F:\USERS\HHEIS\WPDATA\CN'I\HLH94096.CNT 1 I I 1 1 I I. I I I I I I 1 I II. SPECIFICATIONS FOR ASPHALT-RUBBER HOT MIX (ARHM) FOR 1993-94 PAVEMENT OVERLAY PROGRAM 600-2.1 ASPHALT-RUBBER f Asphalt-Rubber shall conform to Subsection 600 of the 1994 Standard Specification mod if ied he rein. 600-2. I. 1 General. Asphalt-Rubber shall consist of a mixture of paving asphalt and crumb rubber mo (CRM) and shall be Type B. I 600-2.1.2 Type B. Asphalt-Rubber shall be a combination of whole scrap tire CRM, natural CRM, pi asphalt and asphalt modifier conforming to Subsection 600-2. 600-2.2 Materials. The Contractor shall submit test reports and certificates of compliance for the as1 CRM's, and modifier to be used. In addition, when requested by the Engineei Contractor shall submit samples of the tested material along with the certifica I compliance. 600-2.2.1 Paving Asphalt. The asphalt used for Asphalt-Rubber shall be AR4000 conforming to Subsection 2 Any proposed change to the viscosity grade, as specified, shall be submitted t Engineer by the Contractor 48 hours prior to beginning work. The asphalt for T! Asphalt-Rubber shall be modified with an asphalt modifier meeting the requireme Table 600-2.2.4(8). 600-2.2.2 Crumb Rubber Modifier (CRM). The material shall be whole scrap tire crumb rubber or other crumb rubber pro meeting the requirements of this subsection. Steel and fiber separation may empla method. Cryogenic separation shall be performed separately from and prior to gri or granulating. All CRM shall be ground or granulated at ambient temperature. may contain a maximum 0.01% of wires and all other contaminants except fabric 1 shall not exceed 0.5% by weight of CRM> CRM used in spay applications shall less than 0.1%, by weight of CRM, of wires and fabric. CRM for use in spay applicr may be produced all or in part from tire tread buffings in order to meet the max fabric requirements of this subsection. CRM shall be dry and freeflowing. Cz carbonate or talc may be added up to a maximum of 4 percent by weight of C prevent CRM particles from sticking together. The CRM shall have a specific < range from 1.1 minimum to 1.2 maximum as determined by ASTM D 297. Whole tire CRM shall be derived from whole scrap tires generated within the state boun of the user agencies. Whole scrap tire CRM material shall conform to the foll chemical analysis in Table 600-2.2.2(A): F:\USERS\HHEIS\WPDATA\CNT\HLH94098 CNT I. 1 I. I ASTM Test Test Method Min. Max. Acetone Extract D 297 4.0% 10.0% Ash Content D 297 35.0% --_ Carbon Black Content D 297 --- 15.0% Natural Rubber Content D 297 40.0% --- i I I I I 1 1 8 I. I 1 I I 8 I If CRM from more than one source is used, the above information will be require1 each CRM used. Minimum Haake Viscosity using No. 1 Rotor. Laboratory test results of the proposed blend per the test parameters for the ASP Rubber including the minimum mixingheaction time. When permitted by the Engineer, Asphalt-Rubber material, not used on another age1 project, may be used by another agency if the initial using agency certifies the folloi 1) 2) 3) 4) Date of original mixing. 5) Number of reheat cycles. The contractor shall notify the agency at least four hours in advance of the need holdover load certificate. If, through no fault of the Contractor, the agency is not a provide the Contractor with a holdover certificate before the end of the shift \ resulted in the holdover material, the Contractor and the Asphalt-Rubber supplier under the penalty of perjury, certify to the above criteria. The maximum percenta material held over shall not exceed 33% of the total amount of finished blended mt contained in any vessel. In no case shall more than 20 tons of held over Asphalt-Ri material be allowed to be transferred from one project to another. In all case holdover Asphalt-Rubber material blended with new Asphalt-Rubber binder shall the viscosity requirements of the type being used. Holdover material shall meet all of the following: i@ The total gallons and type of material being heldover. The amount of CRM contained within the holdover load on a percentage ba The grade of paving asphalt used and its source. 8 1. It shall be certified. 2. 3. 4. It shall not exceed the 33% blending requirement set forth above. It shall be a maximum of 20 tons. When blended with new Asphalt-Rubber material it shall meet the requireme the type being used. 600-2.2.4 Type 6. Type B CRM shall conform to the requirements of Subsection 600-2.2.2 and conform to the combined gradations in Table 600-2.2.4(A). The Asphalt-Rubber M shall meet the requirements in Table 600-2.2.4(6). 8 F:\USERS\HHElS\WPDATA\CNllHLHO4096.CNT I. 8 I 1 I Percentage Passing Sieve Sieve Size** Minimum - Maximum No. 8 100 No. 10 98-1 00 No. 16 50-85 No. 30 5-30 No. 50 0-1 5 No. 100 0-1 0 No. 200 0-1 I I I I Property ASTM Test Value Method Viscosity, SUS @ 100°F D 88 2,500 Minimum Flash Point, COC, OF D 92 390 Minimum Molecular Asphaltenes, % by D 2007 0.1 Maximum wt. Aromatics, % by wt. D 2007 55 Maximum 1 I I I i I io I I 1 1 I I i 1 600-2.3 Mixing. Mixing of the asphalt and CRM shall be accomplished as specified herein. 600-2.3.1 Type B Asphalt-Rubber. Type B Asphalt-Rubber shall consist of the following: Paving asphalt conforming to AR4000 grade in Subsection 203-1, Crumb Rubber Mo (CRM) conforming to Subsection 600-2.2.2 and Table 600-2.2.4(A), and Asphalt mc I. I conforming to Table 600-2.2.4(8). The percent of asphalt modifier shall be 1% minimum to 6% maximum by volur paving asphalt. The exact amount to be added shall be the amount in the b formulation submitted and approved by the Engineer. The proportions of the two materials, by weight, shall be 80 +/- 2% paving asphal modifier, and 20 +/- 2% CRM. The CRM shall contain a minimum of 75% +/- 2% c rubber derived from whole scrap tire rubber with the balance of the crumb I- obtained form natural rubber sources conforming to Table 600-2.2.2(8). The temperature of the blended asphalt and modifier shall be between 375°F min and 425°F maximum when the CRM is added. The temperature shall not exceec below the actual flash point of the mixture. The CRM shall be added and mixed wi asphalt-modifier blend in an Asphalt-Rubber blender conforming to Subsection 60 The combined materials shall be pumped into a storageheaction tank or distributor meeting the requirements of Subsection 600-2.4. The combined materials sh allowed to react for a period of 30 minutes minimum after incorporation of all the The temperature of the combined materials shall be maintained between 375°F min and 425°F maximum during the mixing period. Agitation or recirculation shi adequate to provide good mixing and dispersion of the combined materials. asphalt-rubber material may be utilized immediately following reaction. The applic temperature at the time of use on the project shall be between 375°F minimun 425°F maximum. After reacting the AR4000, asphalt modifier and CRM, the Asphalt-Rubber bindel conform to the requirements in Table 600-2.3.1 (A). If the material is not to be used within 6 hours of mixing, the heat shall be discont The material shall be uniformly reheated to a temperature between 375°F minimu 425°F maximum at time of use. Additional CRM meeting the requirements of Subs 600-2.2.2 may be added as needed. The cumulative amount of additional CRM sh exceed 10% of total binder weight. The maximum number of reheating cycles sh exceed three. Any time the material cools below 300°F or is held above 375°F foi than 6 hours after mixing shall constitute a reheat cycle. Reheated Asphalt-F binder shall conform to the viscosity requirements in Table 600-2.3.1 (A). i F:\USERS\HHElS\WPDATA\CNnHLH9409&CNT I. Test Test Parameter Method ASTM D 2669 Haake Viscosity @ 375"F, Rotor 1 (24 mmD X 53 mmH), 20 RPM, Centipoise Cone Penetration @ 77"F, 1/10 mm Resilience @? 77"F, % rebound Field Softening Point, "F I I I I ASTM D 217 ASTM D 3407 ASTM D 36 Specification Limit Maximum Minimum 1,150 3,050 25 70 --- 15 125 165 1 I I I I I I I I. I I I I I I I Blender [II.] The blender shall have a two stage continuous mixing process capable of produci homogeneous mixture of asphalt cement and CRM at the mix design specified ratic the approved blend formulation. This unit shall be equipped with separate feed sys for CRM and asphalt cement, and be capable of properly proportioning all the matt in a continuous blending operation. It shall be capable of fully and uniformly bler the individual rubber particles with the asphalt. A separate asphalt cement feed I: and finished product pump are required. This unit shall have both an asphalt total meter in gallons and a flow rate meter in gallons per minute, unless other device. approved by the Engineer. Blender [II I .] Blending equipment shall produce a homogeneous blend and uniform pro conforming to the physical properties of the type being used, as verified by consi viscosity testing using a Brookfield Viscometer and approved by the Engineer. I. I Storage/Reaction Tank The Asphalt-Rubber storage/reaction tank shall be equipped with a heating systc maintain a storageheaction temperature of 425°F maximum during the reaction pi This unit shall be capable of sustaining thorough agitation to maintain a uniform m of asphalt and CRM. An insulated asphalt tank capable of heating the asphalt to the proper temperatu blending with the rubber and a mechanical blender for proper proportioning a thorough mixing of the asphalt and rubber. It shall include and asphalt totalizing (gallons) and a flow rate meter (gallons per minute). Distributor Truck Distributor trucks shall meet the requirements for distributing equipment of Subs( 203-2.5 and be equipped with an internal heating device capable of evenly heatir material to a temperature of 425°F. In addition this unit shall have an internal agitation device capable of sustaining tho1 agitation to maintain a uniform mixture of asphalt and CRM. The agitation device distributor truck and storageheaction tank shall have an indicator to verify its ro The contractor shall provide a suitable sampling outlet in the line connecting the As Rubber storage tank to the binder weighing system or spray bar in an asphalt COI mixing plant or to a distributor truck. The sampling valve shall be placed in a t accessible and nonhazardous location. A drainage receptacle shall be provid flushing the valve prior to sampling. One gallon shall be drawn from the sample to taking the sample. All equipment used in heating, curing, and distributing the Asphalt-Rubber st. equipped with a thermostatic hear control device and an easily accessible, function readable thermometer. I F:\USERS\H HEIS\WPDATA\CNnHLHg409B.CNT I@ I I 1 I I I I Io I I I 1 I 1 I Viscometers The Contractor shall supply a Haake viscometer for use by the Engineer to vera viscosity of the Asphalt-Rubber on all projects where a field laboratory is used. asphalt concrete batch plants are required to have a field laboratory for use bl Engineer per Subsection 8-3. Combustible fuel for heating shall be propane only. All equipment used in heating, curing, and distributing the Asphalt-Rubber sha equipped with a thermostatic heat control device and an easily accessible thermorr I. DESIGNATION OF SUBCONTRACTORS. BIDDER proposes to subcontract certain portions of the work which are in excess of one4 1 percent of the bid or $10,000 whichever is greater and to procure materials and equip from the following: NAME, ADDRESS, AND PHONE PORTION OF WORK TO BE I NUMBER OF SUBCONTRACTORS. PERFORMED DESIGNATION OF ASPHALT-RUBBER BINDER PRODUCER BIDDER proposes to acquire Asphalt-Rubber binder from: maAo~ Adiubd;a 6hl+roc+or5 Tic. 2 305 Glcu wood /?\le. ModLcy Lrc. ( I Name Address Within 3 working days of bid opening, the apparent low bidder shall provide the City cop all documents issued by the Air Quality Management District with jurisdiction over this which expressly permit the use of propane fuel for heating the Asphalt-Rubber binder. F to complete this portion of the bid or provide the foregoing documentation shall, at the discretion, constitute the basis to either declare the apparent low bidder’s bid non-respon! disqualify the Asphalt-Rubber producer from performing work on this contract. F:\USERS\HHElS\WPDATA\CNnHWQ4096.CNT 1. I I I I I I I I. 1 I I I I i I 1 If the Asphatt-Rubber producer is disqualified by the City, and the low bidder is not declared responsive, then if an Asphatt-Rubber producer was initially listed, the low bidder may, wit working days from this declaration request of the City that it be allowed to substitute the I producer with another, or if no Asphalt-Rubber producer was listed, the apparent low bidder perform the Asphalt-Rubber binder work with its own labor and equipment. The apparen bidder’s written election of this regard shall be sent to the City along with copies of all SCA documentation permitting either the Asphalt-Rubber producer’s use or the apparent low bid use of propane fuel for heating Asphalt-Rubber binder. If this documentation is not provid a timely fashion, it will be cause for determining the low bidder’s bid to be deemed responsive. (See Subsection 600-2.4 for detailed requirements concerning Asphalt-Ri equipment .) F 600-2.5 CRUMB RUBBER MODIFIED HOT MIX ASPHALT (CRM-HMA) WET PROCESS 600-2.5.1 General. CRM-HMA shall be the product of mixing mineral aggregate, asphalt binder and at the central mixing plant and shall conform to Subsections 4-1.4, 203-6, a: concrete and 600-2.1 Type 8, except as modified herein. I 600-2.5.2 Wet Process. A wet process mix is defined as any process which incorporates CRM into the hot p asphalt by mixing and blending (Asphalt-Rubber) prior to incorporating the binde the aggregate at the central mixing plant. 600-2.5.3 Materials. The Asphalt-Rubber binder shall conform to Subsection 600-2.1 Type 5. Subsc 203-6.2.1 shall not apply. 600-2.5.4 Composition and Grading. Asphalt-Rubber Hot Mix - Gap Graded (ARHM-GG) will be designated by class ARHM-GG-C) and shall conform to the requirements of this subsection and Tabk 2.5.4(A). F:\USERS\HHEIS\WPDATA\CNnHLH94096.CNT I’ I I No. 200 600-2.5.5 Mix Designs and Certifications. The optimum binder content for ARHM-GG mixes shall be determined by Californii Method 367 except that Step 2 regarding surface flushing shall not be used. Void: be substituted in selecting the optimum binder content between 2% minimum 1 maximum as approved by the Engineer. Compaction shall be in accordance California Test Method 304 except for the following: I.) Mixing Temperatures: Asphalt-Rubber = 340" - 360" F I I 1 I I II I 1 Aggregate = 290" - 310" F II .) Compaction Temperature: = 290"- 300" F In addition to the formulation and certifications required in Subsection 600-2.2 Asphalt-Rubber, the Contractor shall furnish to the Engineer a mix design and sa of all materials to be used at least 15 working days before construction is schedi begin. The mix design and certifications shall include, but are not limited t following: I.) Mix Design a) Combined aggregate gradation b) Individual bin gradations (hot for batch, cold for drum plant) c) Percentage of each bin d) As phalt-Ru b ber formulation (Subsection 600-2.2.3) e) Density F:\USERS\HHEIS\WPDATA\CNT\HLH94096.CNT I' B I 9 Air Voids g) Voids in Mineral Aggregate (VMA) h) Stability 600-2.5.6 Proportioning . lii 1 Proportionings shall conform to subsections 203-6.5.1 and 203-6.5.2 except that: When continuous mixing type asphalt concrete plants are used to produce ARHM- the Asphalt-Rubber shall be proportioned by an asphalt meter of the mass flow, cor effect type. The meter shall be calibrated in accordance with California Test 109. I I I I 1: I. 600-2.5.7 Miscellaneous Requirements. Miscellaneous requirements shall conform to Subsection 203-6.8 except that: The temperature of the Asphalt-Rubber binder shall be 375°F minimum to 4' maximum when added to the aggregate. The temperature of the aggregate at the of adding the Asphalt-Rubber binder shall be 300°F minimum to 350°F maximum. 600-2.6 Asphalt-Rubber Hot Mix Gap Graded (ARHM-GG) 600-2.6.1 General. ARHM-GG shall conform to the specifications for Subsection 302-5 except as moc herein: ARHM-GG shall consist of one or more causes of an Asphalt-Rubber binder and grz aggregate conforming to Subsection 600-2.5 placed upon a prepared roadbed or t or over existing pavement. The courses shall conform to the requirements as shorn the plans or in the Special Provisions. I u 600-2.6.2 Distribution and Spreading. Distribution and spreading shall conform to Subsection 302-5.5 except that: At the time of delivery to the work site, the temperature of the ARHM-GG shall be 2 minimum to 325°F maximum. At the direction of the Engineer, this maxi temperature may be raised to 350°F during cold climatic conditions. AtmosF temperature shall be 50°F and rising. 8 1 1 1 1 I 1 600-2.6.3 Ro I I i ng . Rolling shall conform to Subsection 302-5.6 except that: A vibratory roller using the vibratory mode shall be used for initial breakdown fi unless otherwise directed by the Engineer. The initial breakdown rolling shz completed before the ARHM-GG temperature falls below 275°F measured immed in front of the roller. Pneumatic rollers shall not be used. 0 F:\USERS\HHEIS\WPDATA\CNnHLH94096.CNT 1 I 1 I 1 I 1 I. D I I 1 I I 1 I il 600-2.6.4 Rock Dust Blotter. At the option of the Engineer, when traffic conditions warrant, a rock dust blotter mE required to avoid tracking. Rock dust blotter shall conform to Subsection 200-1.2 be uniformly applied using a mechanical spreader at a rate of two pounds minimu four pounds maximum per square yard. When the ARHM-GG pavement has coolc below 150°F the rock dust blotter may not be required. Contractor shall have avai on-site 10 tons of rock dust. The cost of rock dust blotter placement and sweeping be included in the price bid for Asphalt Rubber Hot Mix and no additional compens lii I will be allowed therefore. 0 F.\USERS\HHElS\WPDATA\CNnHLH94096.CNT FINISH GRACE. RISER SHALL NOT RESrONBONNR OF VAlVE. (2' MIN. WCE). SECTION A-A OOMESTIC WATER I . IN WN- ROAD AREAS PLACE WARD POST NEXT TO V&VE BOX ASSEMBLY 2 . SEE DRAWING NO. 22 FOR GAlE VC EXTENSION. A SS E M 8 LY I R I I i I 1 I I. I 1 I 1 1 1 I / SEWER CLEAN-WT Rm FfTlEDWtTki MALE SCREW IN RUG. lii SEWER MAIN CLEANOUT NOTES I. GATEcAPs%u-L8ELABELEDsEwER 2. CLEANOUTsMAYEuSEoWlnr 3. MER SHALL BE SAME DIAMETER f?V.C. SEWER MAIN. AS SEWER MAIN. DIPm CARLSBAD MUNICW WA STANDARD DRAWINGS mTkW t et2 SEWER MAlN E4NOJT - I 1 VI. SPECIFICATIONS FOR TRAFFIC STRIPES AND PAVEMENT MARKINGS FOR 1993-94 PAVEMENT OVERLAY PROGRAM 1. Standard Specifications referred to in these Specifications refer to the current edition of Caltrans Standard Specifications and any changes thereto. 2. Painting traffic stripes (traffic lines) and pavement markings (legends) shall conforrr Section 84-1, "General", and Section 84-3, "Painted Traffic Stripes and Pavement Markin! of the Standard Specification and these Specifications. 3. Control of alignment and layout of existing striping and pavement legends shall be responsibility of the Contractor and subject to the approval by the City Traffic Engin Layout for striping and the symbol of the pavement marking (legend) on resurfaced ro shall be based on the existing striping and pavement markings or plans supplied of chan at the preconstruction meeting by the Community Services Director or his representath 4. Section 84-3, "Materials", of the Standard Specifications is amended to read as follows "Paint for traffic stripes and pavement markings shall conform to the following State Specifications: I. 1 1 I 1 I 1 1 I 1 1 II I I Paint: Rapid Dry Water Borne - White and Yellow State Specification Number: lo 801 0-61 G-30" 5. Glass beads shall conform to State Specification Number 8010-51J-22 (Type 11). 6. Copies of State Specifications for traffic paint and glass beads may be obtained frorr Transportation Laboratory, P.O. Box 191 28, Sacramento, CA 9581 9. Phone (91 6) 739-5 7. The use of solvent borne paint shall be prohibited. 8. Thinning of paint will not be allowed. 1 9. Paint shall be tested prior to use or the manufacturer shall provide the Community Sen Director or his representative with a Certificate of Compliance in accordance witt provisions of Section 6-1.07, "Certificates of Compliance", of the Standard Specificai Said certificate shall certify that the paint complies with the specifications and that manufactured to the same formulation and process has previously passed State testir list of manufacturers that have produced paint meeting State specifications is available the Transportation Laboratory. (Material supplied by manufacturers other than those have manufactured approved paint will require complete testing.) 10. The first coat of paint for traffic striping and pavement markings will be applied aftc asphalt has cooled during the same day. The second coat shall be completed no late! 4:OO pm the following day. F:\USERS\HHElS\WPDATA\CNnHLH94096 CNT I. i I i I I I 1 1 10 I I i I I 1 1 1 11. The Contractor will not be required to paint the three-inch black stripe between the two inch yellow stripes of a double traffic stripe. 12. The Contractor shall be responsible for maintaining safe traffic operation through the area. I. F.\USERS\HHElS\WPDATA\CNnHLH94096 CNT I. 1 I I i I 1 I 1. 1 II 1 1 1 1 I l VII. TRAFFIC STRIPING CHANGES FOR 1993-94 PAVEMENT OVERLAY PROGRAM The following striping changes shall be performed by the Contractor and i price for these changes shall be incorporated into the lump sum for layout < replacement of traffic stripes and pavement markers: 1. CARLSBAD BOULEVARD - North City Limits to State Street Do not re-paint "ONLY" legend in southbound left-turn lane approaching State Street. 2. CARLSBAD BOULEVARD - Carlsbad Village Drive to Sequoia Avenue (southbound) Stripe bike lane through driveway of Carlsbad Inn. 3. STATE STREET - Laguna Drive to Carlsbad Village Drive Replace skip yellow centerline with 4 double-yellow centerline per CALTRANS Detail 21 intersections, stop centerline at '/z delta less 10 feet. 4. ROOSEVELT STREET - Laguna Drive to Beech Street Replace skip yellow centerline with 4" double-yellow centerline per CALTRANS Detail 2' intersections, stop centerline at l/z delta less 10 feet. 5. JEFFERSON STREET - Magnolia Avenue to Carol Place Replace skip yellow centerline with 4 double-yellow centerline per CALTRANS Detail 2; intersections, stop centerline at '/z delta less 10 feet. Do not replace set of botts dots in northbound lane adjacent to north curb line of Ar Way. 6. JEFFERSON STREET - Tamarack Avenue to Chinquapin Avenue Replace skip yellow centerline with 4" double-yellow centerline per CALTRANS Detail 2 intersections, stop centerline at 1/~ delta less 10 feet. I. 1 F.\USERS\HHEIS\WPDATA\CNnHLHB4006 CNT I. I I 8 I i 1 I 1 1. I 1 1 1 1 I I i VIII. 93-94 PAVEMENT OVERLAY PROGRAM U/M 94-3 STREET LISTING I. 1" ASPHALT RUBBER HOT MIX with 1" HEADER CUT CARLSBAD BOULEVARD: CARLSBAD BOULEVARD: CARLSBAD BOULEVARD: CARLSBAD BOULEVARD: *STATE STREET: North City limits to State Street State Street to Grand Avenue - southbound only Carlsbad Village Drive to Sequoia Avenue - southbound Sequoia Avenue to Carlsbad Village Drive - northbound Carlsbad Boulevard to Carlsbad Village Drive 2" ASPHALT with 2" HEADER CUT ROOSEVELT STREET: JEFFERSON STREET: JEFFERSON STREET: SYME DRIVE: PARK DRIVE: APPIAN ROAD: CHESTNUT AVENUE: ALICANTE ROAD: VlEJO CASTILIA WAY: CADENCIA STREET: CADENCIA STREET: Laguna Drive to Beech Avenue Magnolia Avenue to Carol Place Tamarack Avenue to Chinquapin Avenue Chinquapin Avenue to north end Park Court to Via Marta Carlsbad Village Drive to Trieste Drive Pi0 Pic0 Drive to Harding Street Zamora Way to Corte de la Vista La Costa Avenue to Navarra Drive La Costa Avenue to Piragua Street La Costa Avenue to Azahar Place 2" ASPHALT with 2" HEADER CUT & PETRO MAT CHINQUAPIN AVENUE: HILLSIDE DRIVE: VALENCIA AVENUE: ADAMS STREET: Highland Drive to Jefferson Street Valencia Avenue to Horizon Drive Park Drive to Hillside Drive Chinquapin Avenue to Cape Aire Lane * night work F \USERS\HHEIS\WPDATA\CNnHLHQ4096 CNT e I* 1993-94 OVERLAY U/M 94-3 CARISBAD BOULEVARD NORTH CRY LIMITS to STATE STREET I I I I i I I I. 1 I i i I I 1 i STATE STREET to GRAND AVENUE - Southbound TRASH DAY: MONDAY I. DESCRIPTION OF WORK: 1" ASPHALT RUBBER HOT MIX with 1" HEADERGRIN ESTIMATED MATERIAL QUANTITIES: ASPHALT 1,038 tons 172,830 sf) HEADERGRIND 5,760 If {3 cross cuts) FACILITIES TO BE RAISED: 0 STORM DRAINS 0 MONUMENTS 3 WATER VALVES I 3 SEWER ACCESS HOLES k-1 AREA OF OVERLAY I' .~-.~ --A - . -- pw3 ~.~___i__lli---.. 1993-94 OVERLAY U/M 94-3 CARISBAD BOULEVARD CAR&m WUAGE DRE to SEQLIOA A\'EE.;;IE I I 1 I I i I I I. 1 1 1 I I I i I _- __ -.-.___I _I__. --- TRASH DM: MONDAY io DESCRlPnON OF WORX: 1" ASPHALT RUBBER HOT MIX wfih 1" HEADERGRINC 303.000 i I 2 cross c HEADERGRIND 12,520 If ESTlMATED MdTERiAL QUmES: ASPHALT 9,818 tons FAC!LiT!ES TO BE RAISk3: 16 STORM DRAINS 31 WATER VALVES 12 SEWER ACCESS HOLES 8 MONUMENTS -x- --<.-.7 =-?x--A2 AREA OF 0';ERS.y ~ -3 _i_c _u_z-.-_._____l__ -e= .A-v -Lr~-l>-A-=.--=-=- ------- I. 1993-94 OVERLAY U/M 94-3 STATE STREET CAREBAD BOULEVMD to CARLSBAD WAGE DRNE I I I I I I N038: Yh d t9 L pm+m+Qd I I I. I I I I I I I I TRASH DAY: MONDAY DESCRIPTION OF WORK 1" ASPHALT RUBBER HOT MIX wlth 1" HEADERGRIND 762 tons (126,940 sf) I* ESTIMATED MATERIAL QUAMITIES: ASPHALT HEADERGRIND 7,780 If (5 cross cuts) CROWN GRIND 1.790 If FACILITIES TO BE RAISED 2 STORM DRAINS 0 MONUMENTS 2 WATER VALVES 4 SEWER ACCESS HOLES k-1 AREA OF OVERLAY I. 1993-94 OVERLAY U/M 94-3 I I I 1 I I ROOSEVELT AVENUE BEECH AVENUE to LAGUNA DRIVE TRASH DAY: MONDAY I* DESCRIPTION OF WORK: 2" ASPHALT wlth 2" HEADERGRIND 71.652 sf) I 2 cross cuts) ESTIMATED MATERIAL QUANTlTiES: ASPHALT 860 tons HEADERGRIND 3,496 If FACIUTIES TO BE RAISED: 0 STORM DRAINS 0 MONUMENTS 2 WATER VALVES 2 SEWER ACCESS HOLES I I I. K-1 AREA OF OVERLAY I 1 I 1. I I I I I I I I I' 12 WATER VALVES -3 AREA OF OVERLAY 1993-94 OVERLAY U/M 94-3 SYME DRIVE CHINQUAPIN AVENUE to NORTH END I 1 I I I TRASH DAY: MONDAY Ii DESCRIPTION OF WORK: r ASPHALT OVERLAY With 2" HEADERGRIND 26,268 sf) ( 1 cross cut) ESTIMATED MATERIAL QUANTITIES: ASPHALT 315 tons 1,625 If HEADERGRIND FACILITIES TO BE RAISED: 1 STORM DRAIN 1 MONUMENT 6 WATER VALVES 2 SEWER ACCESS HOLES I I mb 1 ' 1 ' '9- P % 1%- 1-P I I'. ' qc+oL 0 I I 1 j)) !! 9 I I. I I I I % I@ m] AREA OF OVERLAY B 1993-94 OVERLAY PAFUC DRIVE PARK COURT to VIA MARTA I 1 1 1 1 I I I U/M 94-3 TRASH DAY: WEDNESDAY lii DESCRIPTION OF WORK 2" ASPHALT OVERLAY wlth 2* HEADERGRIND 855 tons 71,250 sf) HEADERGRIND I 2 cross cuts) ESTIMATED MATERIAL QUANllllES. ASPHALT 3,826 If I j FACIUTIES TO BE RAISED: 0 STORM DRAINS 7 MONUMENTS 18 WATER VALVES 7 SEWER ACCESS HOLES 1 I I I i 1 I -1 AREA OF OVERLAY I. 1993-94 OVERLAY APPIAN ROAD CARLSW VILLAGE DRIVE to TRlmE DRIVE I I I I 1 I 1 I I. 1 1 I I I I 1 1 U/M 94-3 TRASH DAY: WEDNESDAY lii DESCRIPTION OF WORK 2" ASPHALT OVERLAY with 2" HEADERGRIND 28,918 sf) t 2 cross cuts) ESTIMATED MATERLAL QUANTITIES: ASPHALT 347 tons HEADERGRIND 1,598 If FACILITIES TO BE RAISED: 0 STORM DRAINS 13 WATER VALVES 4 MONUMENTS 2 SEWER ACCESS HOLES 1 SEWER DEAD END 1 -1 AREA OF OVERLAY I' 1993-94 OVERLAY U/M 94-3 VIEJO CAsTaLA WAY I I 1 I I 1 1 II. i I I I I 1 1 1 LA COSTA AVENUE to NAVARRA DRIVE TRASH DAY: FRIDAY I. DESCRlPTlON OF WORK 2" ASPHALT OVERLAY with 2" HEADERGRIND 41,762 sf) t 2 cross cuts) ESTIMATED MATERIAL QUANTITIES: ASPHALT 501 tons HEADERGRIND 2.274 If FACILITIES TO BE WSU): 0 STORM DRAINS I MONUMENT 5 WATER VALVES 1 0 SEWER ACCESS HOLES NAVAR RA DRIVE k-1 AREA OF OVERLAY I. 1993-94 OVERLAY U/M 94-3 CADENCU STREET LA COSTA AVENUE to AZAHAR PLACE 1 I I 1 1 i 1 I Bo 1 I 1 I 1 I 1 I LA COSTA AVENUE to PIRAGUA STREET TRASH DAY: FRIDAY DESCRlfllON OF WORK: 2" ASPHALT OVERLAY with 2" HEADERGRIND I. ESTIMATED MATERW QUANTITIES: ASPHALT 1.158 tons (96,542 sf) HEADERGRIND 5,252 If (2 cross cuts) FAClLmES TO BE RAISED: 4 STORM DRAlNS 4 MONUMENTS 0 WATER VALVES 0 SEWER ACCESS HOLES 1 SEWER DEAD END md AREA OF OVERLAY I' 1993-94 OVERLAY AUCANTE ROAD WOW WAY to CORTE DE LA VISTA I I 1 1 1 i 1 I I. I 1 I t 1 I I I U/M 94-3 TRASH DAY: THURSDAY DESCRIPTION OF WORK 2" ASPHALT OVERLAY with 2" HEADERGRIND HEADERGRIND 4,108 If (2 cross cub) I. 1,482 tons (123,504 sf) ESTIMATED MATERW QUANTITIES: ASPHALT FACIUTiES TO BE RAISED: 0 STORM DRAINS 6 MONUMENTS 10 WATER VALVES 0 SEWER ACCESS HOLES c -1 AREA OF OVERlAY I. 1993-94 OVERLAY U/M 94-3 I I 1 I 1 II I I. 1 I 1 I D I i 1 ADAMS mm CHINQUAPIN AVENUE to CAPE ARE LANE TRASH DAY: MONDAYflUESDAY Ill DESCRlPllON OF WORK: 2" ASPHALT OVERLAY wlth 2* HEADERGRIND and PI ASPHALT 268 tons PETRO MAT 2,000 sq. yds. FACILITIES TO BE RAISED: 0 STORM DRAINS 0 MONUMENTS 7 WATER VALVES 22,320 sf) t 1 cross cut) 1,471 If ESTIMATED MATERM- QUANrmES. HEADERGRIND i 3 SEWER ACCESS HOLES K-1 AREA OF OVERLAY I. 1993-94 OVERLAY U/M 94-3 HILLSIDE DRIVE VALENCIA AVENUE to HORIZON DRM VALENCIA AVENUE PARK DRIVE to HILLSIDE DRIVE I I I u i i I I 1. 1 1 I I 1 t 1 i WH DAY: WEDNESDAY I. DESCRlPnON OF WORK 2'' ASPHALT OVERLAY with 2" HEADERGRIND and PE ESTIMATED MATERIAL QUANTITIES ASPHALT 1,143 tons (95,152 sf) WEADERGRIND 4,658 If (2 cross cuts) PnRO MAT 6,289 sq. yds. FACILITIES TO BE RAISED 6 STORM DRAINS 23 WATER VALVES 8 MONUMENTS 9 SEWER ACCESS HOLES 1. k-1 AREA OF OVERLAY 1 e rlt' City of Carlsba July 26, 1996 Daley Corporation/ California Commercial Asphalt Corp. P 0 Box 609018 San Dieso, CA 92 160-90 18 IPELEASE OF REMAINING BONDS FOR PROJECT NO. UM 94-3 - 1992 PAVEMENT OVERLAY Per instructions from our Community Services Department, we are hereby releasing the follov bonds for the above-referenced project: Labor & Materials Bond No. SUR 15 43 75 Golden Eagle Insurance Co.; $299,480.35 Performance Bond No. SUR 15 43 75 Golden Eagle Insurance Co. (Warranty) Remaining $149,740.18 The bonds are enclosed so that you can return them to your surety. Encs c Heidi H, Com. Sew. --____-~ __- _- - __ _-__-__-- 1200 Carlsbad Village Drive - Carlsbad, California 92008-1989 - (619) 434-: vi & 8 May 1, 1996 TO: ASSISTANT CITY CLERK FROM: Street Maintenance Superintendent RELEASE BONDS, 93-94 PAVEMENT OVERLAY, CONTRACT NO. U/M 94-3 City Council accepted the improvements for the 1993-94 Pavement Overlay Program, Contract No. U/M 94-3, on April 18, 1995. The Notice of Completion was subsequently filc on May 8, 1995. Since this project is fully complete, please release all retention, bonds, a other funds which may have been withheld in accordance with all applicable laws. Should you have any questions regarding this project, please contact Heidi Heisterman at extension 2937. I can be reached at extension 2944. a&In&&o CHUCK MITCHELL CM:hl c: contract file &= F \USERs\HHElS\WP!XTA\CNn9605001Wl July 11, 1995 Daley Corporation - California Commercial Asphalt Corp. P.O. Box 609018 San Diego, CA 92160-9018 RE: BOND RELEASE - CONTRACT NO. U/M 94-3 - 1993-94 PAVE1 OVERLAY PROGRAM The Notice of Completion for the above-referenced project recorded. Therefore, we are releasing 75% of the Performance Bc Please consider this letter as your notification that $449,221 of Golden Eagle Insurance Co. Faithful Performance Bond No. SU: 43 75 is hereby released. A copy of the recorded Notice of Completion is enclosed for ; records. &m ERKUNZ Ass tant Clerk Enc. c: Engineering Construction Inspection Golden Eagle Ins. Co. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434- * Recording requested 4by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008 Space above for Hecorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hert described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California, 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was completed on March 23.1995 6. The name of the contractor, if any, for such work of improvement is Dalev Corporatior 7. The property on which said work of improvement was completed is in the City of Ct County of San Diego, State of California, and is described as follows: 1993-94 Pavement Overlav Proaram. Contract No. U/M 94-3 ~ 8. The street address of said property is NONE (If none assigned, insert 'I Community Service Director VERIFICATION OF CITY CLERK I, the Undersigned say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, CA 92 City Council of said City on A&?) I completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed cjn 14, f99 5 , :XE at CarIsbad, California. 1s , 1995, accepted the above described U CITY OF CARLSBAD Aletha L. Rautenkranz, City Clerk Karen R. Kundtz, Assistant City Clerk LAJILDLL 1 0 CITY OF CARLSBAD 0 PROJECT: 1993-94 STREETS OVERLAY PROGRAM CONTRACT CHANGE ORDER NO. 1 CONTRACT NO. U/M 94-3 P.O. NO. 18394 ACCOUNT NO. 152-820-51 10-241 2 CONTRACTOR: Daley Corporation & California Commercial Asphalt, a joint venture ADDRESS: P. 0. Box 60901 8, San Diego, CA 921 60-901 8 The Contractor is directed to make the following changes as described herein. Changc include all labor, materials, equipment, contract time extension, and all other goods and s required to implement this change. Payment stated on this change order includes all cl direct or indirect, arising out of this additional work and is expressly agreed between the C the Contractor to be the complete and final costs hereof. The requirements of the specific where pertinent and not in conflict with this change order, shall apply to these changes change order is not effective unless signed by the City Manager and/or the Mayor. Items 1-13 : See Attachment A Estimated Increase to Contract Cost . , . . . . . . . . . . $9,21 $9,21 TOTAL ESTIMATED INCREASE TO CONTRACT COST . . . -. . . , . . . . . , . . . . 0 e TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL lNCREASED BY ZERO (0) WORKING DAYS. RECOMMENDED BY: APPROVED BY: ,/” . -4L-A y&O&,/ $h?%#&L&// , 3 d;p3-%.. =-L&b c b ‘2TPcFT 1. .L.- SlJPER!b!TE$jDENT (BATE) C3?4TP,ACTCP, ‘(D,2Tl & FINANCE DIRECTOR (DATE) DISTRIBUTION CONTRACT FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FI NAN CE CMWD CONTRACTOR 6:\93CNTS-I\HLH94034.C01 ATTACHMENT A 0 1993-94 PAVEME:NT OVERLAY PROGRAM IJ/M 943 UNIT QUANTITIES & COST ANALYSIS Item Unit Estmated Actual Chan No. Item Destription cost Quantity Quantity Doll Street Maintenance account #: 152-820-51 10-241 2 1. Asphalt concrete, $ 28.80 8,956 tons 8,213 tons $-21,3 2. Night placement of $ 0.00 0 tons 0 tons $ Type 1 -C-AR-4000 asphalt concrete, Type 1 -C-AR-4000 mix 3. Asphalt rubber hot $ 58.60 2,856 tons 3,301 tons $ 26,( 4. Night placement of $ 66.00 762 tons 840 tons $ 5,l asphalt rubber hot mix 5. Header grinding $ 0.80 56,129 If 56,740 If $1 6. Night header $ 0.80 9,570 If 6,377 If $ -2,: 7. Petro matting $ 0.90 15,189 sy 13,860 sy $ -1,- grinding 8. Adjust storm drain $ 120.00 30 ea 21 ea $ -I,( accesshole covers to grade covers to grade traffic stripes and pavement markings 9. Adjust monument $ 20.00 41 ea 56 ea $ : 10. Layout and replace $21,750.00 1 ea 1 ea $ SUB-TOTAL: $5,7! Chan Item No. Item Destription cost Quantity Quantity Doll * Unit Estmated Actual 0 CMWD - Sanitation Division account #: 51 1-820-61 10-2489 hole covers to grade using appropriate size cast iron extension rings end covers to grade 11. Adjust sewer access $ 105.00 58 ea 61 ea $ 3 13. Adjust sewer dead $ 150.00 2 ea 4 ea $ 3 SUB-TOTAL: $ 6 CMWD - Water Division account #: 501 -820-631 0-2489 12. Adjust water valve $ 165.00 149 ea 166 ea $ 2,f boxes to grade in accordance with CMWD standard drawing number W13 SUB-TOTAL: $ 2,8 GRAND TOTAL: $9,: